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

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

TECHNICAL SPECIFICATIONS Reference: Section 1.3.41 of THE BIDDING TERMS AND CONDITIONS

TECHNICAL SPECIFICATIONS FOR THE TRANSPORT NETWORK

“Broadband Installation for the Comprehensive Connectivity and Social Development in the Áncash Region”

“Broadband Installation for the Comprehensive Connectivity and Social Development in the Arequipa Region”

“Broadband Installation for the Comprehensive Connectivity and Social Development in the Huánuco Region”

“Broadband Creation for the Comprehensive Connectivity and Social Development in La Libertad Region”

“Broadband Creation for the Comprehensive Connectivity and Social Development in the Pasco Region”

“Broadband Creation for the Comprehensive Connectivity and Social Development in the San Martín Region”

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 1 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

TECHNICAL SPECIFICATIONS FOR THE TRANSPORT NETWORK

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

This document presents detailed information on the technical characteristics the TRANSPORT NETWORK shall have. In case one of the equipment or infrastructures is not specified, the CONTRACTED PARTY shall follow the good industry practices and applicable international recommendations.

1. OVERVIEW

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

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

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

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

1.5. The CONTRACTED PARTY is responsible for complying with the regulations relating to construction -at the local, regional and national level- particularly as specified in the National Building Regulations and National Electrical Code in force. Non-exhaustive list:

a. NTP IEC 60364: Low Voltage electrical installations and electrical safety. b. NTP IEC 60529: Degrees of protection provided by enclosures of electrical equipment (IP). c. NTCSE - Technical Standard of Electrical Services Quality. d. NTP 370.040: Pull boxes, Outlet and Switch Boxes for use in electrical installations. e. NTP 370.045, NTP 370.221: Electric conductors. f. NTP IEC 60228: Conductors for insulated cables. g. NTP 370.308, NTP 370.309: Automatic molded case circuit breakers. h. NTP IEC 62305: Protection against atmospheric discharges.

Ministry of Energy and Mines -

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 2 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

a. National Electrical Code - Supply 2011, Ministry of Energy and Mines of Peru. b. National Electrical Code - Usage 2006. c. DGE Standard – Graphic symbols in electricity.

Ministry of Housing, Construction and Sanitation a. National Building Regulations

National Institute of Quality (INACAL, by its Spanish initials) a. Peruvian Technical Standards.

1.6. The CONTRACTED PARTY is responsible for complying with the international regulations and standards applicable in telecommunications regarding the installation, testing, documentation, operation and maintenance, as well as with the following standards and regulations:

1.6.1. UIT-T: International Telecommunication Union a. G.650 Definition and Test Methods of relevant Single-Mode Fiber Parameters. b. G.650.3 Test Methods for Singlemode Optical Fiber Cable Installed Links. c. G.652 Characteristics of a fiber-optic cable. d. G.671 Transmission characteristics of the optical components and sub- systems. e. L.10 Optical Fiber Cables for Duct and Tunnel Application. f. L.12 Optical fiber splices. g. L.26 Optical fiber cables for aerial applications. h. L.36 Singlemode Fiber Optic Connectors.

1.6.2. TIA: The Telecommunications Industry Association a. TIA-455-8 Measurement of Splice or Connector Loss and Reflectance using an OTDR. b. TIA-455-57 Preparation and Examination of Optical Fiber End Face for Testing purposes. c. TIA 455 61A: Measurement of Fiber or Cable Attenuation using an OTDR. d. TIA-455-243 Polarization Mode Dispersion Measurement for Installed Single Mode Optical Fibers by Wavelength Scanning OTDR and States of Polarization Analysis. e. TIA-526-7 Measurement of Optical Power Loss of Singlemode Fiber Cable Installed Plant. f. TIA-568-C.0: Generic Telecommunications Cabling for Customer. g. TIA-568-C.3: Optical Fiber Cabling Components Standard. h. TIA-569-C Telecommunications Pathways and Spaces. i. TIA-607-B Generic Telecommunications Bonding and Grounding (Earthing) for Customer Premises. j. TIA-758-B Customer-Owned Outside Plant Telecommunications Infrastructure Standard. k. TIA-942 Telecommunications Infrastructure Standard for Data Centers

1.6.3. IEC: International Electrotechnical Commission a. IEC-60529; Degrees of protection provided by enclosures b. IEC-60793-1-42 Measurement Methods and Test Procedures-Chromatic Dispersion.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 3 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

c. IEC-60793-1-48 Measurement Methods and Test Procedures-Polarization Mode Dispersion. d. IEC-60794-1-2 Optical Fiber Cables-Part 1-2: Generic Specification- Basic Optical Cable Test Procedures. e. IEC-60794-4-20 Optical Fiber Cables-Part 4-20: Aerial Optical Cables along Electrical Power (Lines-Family Specification for ADSS All Dielectric Self Supported) Optical Cables. f. IEC 61280-4-2: Installed Cable Plant-Singlemode Attenuation and Optical Return Loss Measurement. g. IEC 61300-3-35: Fiber Optic Connector End Face Visual and Automated Inspection. h. IEC 61000-4-2: standard on Electrostatic Discharge

1.6.4. IEEE: Institute of Electrical and Electronics Engineers a. IEEE 1222: Standard for Testing and Performance for All Dielectric Self Supporting (ADSS) Fiber Optic Cable for use on Electric Utility Power Lines. b. IEEE 1591.2: Standard for Testing and Performance of Hardware for All Dielectric Self Supporting (ADSS) Fiber Optic Cable.

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

1.8. The CONTRACTED PARTY is responsible for designing the TRANSPORT NETWORK with the required facilities so that the telecommunications infrastructure to be implemented can be shared with other public telecommunications concessionaires.

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

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

1.11. The CONTRACTED PARTY shall give FITEL a Quality Warranty for each main energy, data, transmission and fiber optic equipment manufacturer, ensuring the quality and proper operation of their equipment for three (03) years after signing CERTIFICATE OF COMPLIANCE WITH TRANSPORT NETWORK COMMISSIONING. This document is required for subscribing the above- mentioned certificate.

2. FIBER OPTIC NETWORK

2.1. GENERAL PROVISIONS

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 4 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

2.1.1. Have been engaged in the manufacture of high-quality fiber optic cables for at least twenty (20) years. In case of selecting a supplier that gets the fiber optic strands from a different manufacturer, the latter shall also comply with this condition.

2.1.2. The manufacturer shall ensure the future supply of fiber-optic cable for the operation and maintenance period of the transport network, through a local authorized dealer or a recommended supplier that the CONTRACTED PARTY shall keep in its warehouse.

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

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

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

2.2. FIBER OPTIC NETWORK DESIGN

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

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

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

2.2.3.1. Technical studies of mechanical loads on fiber-optic cable. The following information shall be collected:

a. Configuration and voltage of the power line (in shared facilities).

1 RoHS (Restriction of Hazardous Substances) refers to guideline 2002/95/CE for the Restriction of certain Hazardous Substances in electrical and electronic equipment, adopted in February 2003 by the European Union.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 5 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

b. Maximum span. c. Date of cable installation in accordance with the safety distances set out in Tables 232-1 and 235-5 of the National Electrical Code – Supply 2011. d. Environmental characteristics (wind speed, ice thickness, temperature) of the zone or region where the installation will be carried out. The loading zones set out in Section 25 of the National Electrical Code – Supply 2011 will be taken into consideration. e. Any other additional specific protection characteristic: ballistics, rodents, etc.

2.2.3.2. Based on the information gathered, the CONTRACTED PARTY will estimate the stresses and deflections for each type of fiber optic cable and for each zone or region where the installation will be carried out, considering the worst wind and ice load conditions.

2.2.3.3. Electrical field technical studies (Electrical Space Potential and Electric Potential Gradient) for electric lines of more than 60Kv to ensure that the ADSS fiber optic cable cover to be used in installations shared with high voltage electrical lines does not degrade due to the formation of dry band arcing and corona discharge, as stated in the latest version of Standard IEEE-1222.

2.2.3.4. Technical specifications regarding the type of optic fiber and cable.

2.2.3.5. Calculation of the number of optic fibers per optical node.

2.2.3.6. Calculation of total length and per link of fiber optic cable and number of spans.

2.2.3.7. Calculation of the number of splices per link and backup optic fiber distance.

2.2.3.8. Calculation of the number of retention, suspension and wind dampening elements per link, as per the manufacturer's specifications.

2.2.3.9. Detailed description of the installation method, including the adaptation of poles and towers, in case the materials were sized.

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

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

2.2.4.2. Descriptive memory.

2.2.4.3. Installation drawings and diagrams.

2.2.4.4. Optical measurement recording and reporting.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 6 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

Exceptionally, only when the use of the infrastructure indicated in the preceding paragraph is not possible and this fact has been accredited by the CONTRACTED PARTY, subject to the approval of the FITEL, the CONTRACTED PARTY may make use of support infrastructure that is owned by a hydrocarbons concessionaire company, provided that this does not increase the costs associated with the lease or the installation time set forth in the FINANCING CONTRACT or affect the continuity of the operation of the TRANSPORT NETWORK.

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

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

2.2.9. Dedicated poles may be made of centrifuged reinforced concrete or polyester concrete reinforced with fiberglass compliant with the standards ANSI C136.20-2018 and ASTM D4923-01 in the manufacturing process. Also, they shall comply with performance tests, according to standard ASTM G154 for over five thousand (5000) hours; mechanical tests, according to standard ASTM D790 and fire-resistance tests, according to standard ASTM D635 and UL-94 HB. Poles will be twelve (12) meters high and have a minimum lifespan of thirty (20) years. The CONTRACTED PARTY shall design the routes, obtain

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 7 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

permits and rights of way and install the poles in accordance with the best industry practices. These poles shall comply with all technical installation conditions, following the standards and recommendations at regional, national and international level, as well as with the corresponding codes and standards. Exceptionally, in cases where municipal restrictions are given, the CONTRACTED PARTY may use different pole heights in specific sections, for which it shall submit to FITEL due accreditation and obtain its approval. The CONTRACTED PARTY shall provide in its GENERAL TECHNICAL PROPOSAL (see Appendix No. 3 in this Annex), the characteristics of the pole to be used and communicate to FITEL’s personnel when pole’s performance tests are performed. Polyester poles reinforced with fiberglass shall be warranted against manufacturing defects for a five (05) years period, and any other defects indicated in THE BIDDING TERMS AND CONDITIONS. The warranty shall cover the appearance of cracks larger than 0,1 mm and the degradation of the polyester surface mass that makes up the pole. In such cases, the CONTRACTED PARTY shall replace such poles, at its own cost. Finally, the CONTRACTED PARTY shall have a stock of poles stored in MAINTENANCE CENTERS.

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

2.3. FIBER OPTIC CONSTRUCTION CHARACTERISTICS

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

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

Table No. 1: Fiber Optic Attributes Attribute Data Value Wave length: 1310 nm 9.2 µm Wave length: 1550 nm 10.4 µm Mode field diameter Tolerance at 1310nm ± 0.4 mm Tolerance at 1550nm ± 0.5 mm Core concentricity error Maximum 0.5 µm Non-circularity of core Maximum 0.7 % Cable shear wave length Maximum 1260 nm PMDQ coefficient of unwired fiber Maximum 0.1 ps / √km Maximum wave length : 1310 nm 0.35 dB/km Attenuation coefficient Maximum wave length : 1550 nm 0.20 dB/km

2.4. FIBER OPTIC CABLE CHARACTERISTICS

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 8 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

2.4.2. The CONTRACTED PARTY shall install All-Dielectric Self-Supporting (ADSS) type fiber optic cables, with double polyethylene sleeve and aramid reinforcements, and arrange the fiber strands in loose tubes filled with a waterproofing compound.

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

2.4.4. The ADSS cable shall be Dry Core type, with gel filler in the tubes containing the fiber strands. Gel materials shall not be toxic or cause irritation or any kind of type of harm during handling; they shall not emit foul odors; and should not endanger people’s health. Materials shall be easily disposed of without needing to use other materials that could pose risks or hazards.

Figure No. 1 – Optic fiber cable characteristics Black outer sleeve, made of polyethylene with UV protection Aramid stranding for peripheral reinforcement to meet the tension required

Core protective cover with water impermeability Center reinforcement element reinforced with fiber to provide tensile strength and antishudder properties Loose tube with fibers and gel, made of thermoplastic material with tixotropic gel to prevent water entry Water absorbent strands, prevent water from entering the cable core Black outer sleeve, made of polyethylene with UV protection Rip cord, twisted strands that allow tearing the protective sleeve

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

2.4.6. In the cases where high voltage electrical infrastructure is used and the electric field strength estimated at the ADSS cable supporting point exceeds the maximum electric field strength specified by the ADSS cable manufacturer or, in any case, exceeds the 10KV/cm electric field strength limit as set out in Standard IEEE 1222, the CONTRACTED PARTY shall consider the use of an anti-tracking fiber optic cable external cover; the anti-tracking fiber optic cable shall be installed at the supporting points subjected to electric potentials, as indicated by the manufacturer.

2.4.7. The cable must be crush resistant and have a temperature cycle for installation, operation, transportation and storage, as set out in standard IEC

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 9 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

60794-4-20. Without prejudice to the foregoing, the cable shall withstand an operative temperature range between -40º C and 70º C.

2.4.8. Each fiber optic and loose tube shall be distinguished by color coding TIA/EIA- 598B, (or more recent revisions) “Color Coding of Fiber Optic Cables”.

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

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

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

2.5. COMPONENT CHARACTERISTICS

2.5.1. Junction boxes

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

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

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

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

a) A tray rack support. b) Compartmentalized trays of fold-down and removable splices, where fibers and corresponding fusion splice protectors will be housed. They shall have translucent covers. c) A platform where the above-mentioned elements will be mounted. d) Elements for anchoring the incoming cables. e) A lid or cover tightly sealed, to protect all elements inside. The degree of protection of the assembly will depend on its installation. IP65 for airborne installation with UV-ray stabilizer materials and IP 67 for installation in underground chambers. f) One pressurization valve to check for tightness. g) Frame or system to store spare buffer tubes. A minimum of 6 tubes set up in loops. Tube lengths stored per loop shall be of approximately 150 cm.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 10 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

2.5.2. Hardware

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

2.5.2.2. The CONTRACTED PARTY shall ensure the hardware manufacturer (cable retention and rigging metal fittings, junction boxes, crosshead boxes and buffers) has the ISO 9001 certification for its manufacturing process; that the material used for manufacturing the product is not recycled; and that the product meets the specifications of standards ASTM 123 or ASTM 153 and ASTM B6. The CONTRACTED PARTY shall submit to FITEL a copy of the manufacturer’s certificates with the GENERAL TECHNICAL PROPOSAL,

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

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

2.5.2.5. Hardware shall have a mark showing the manufacturing codes and the name of the manufacturer.

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

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 11 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

2.5.2.8. The CONTRACTED PARTY shall submit, as part of the previous studies, all the technical documentation related to the ADSS cable ironwork, including the technical specifications, component and assembly detailed drawings, installation instructions and certificates of compliance, and factory mechanical tests (see Studies and calculations for the installation of fiber optic cable and supporting and/or fastening elements (hardware and posting) in Appendix Nº 2).

2.5.2.9. The CONTRACTED PARTY shall submit with its FINAL TECHNICAL PROPOSAL all the documentation associated with the inspection and factory mechanical tests, such as:

a. Certificate of compliance with standard IEEE 1591.2, issued by a competent laboratory or entity. b. Protocols and results of mechanical tests carried out in retention ironwork at the factory. The following results must be considered, as a minimum:  Maximum allowable tensile test results.  Wind vibration test results. c. Protocols and results of mechanical tests carried out in rigging hardware at the factory. The following results must be considered, as a minimum:  Vertical load test results.  Line angle test results.  Unbalanced load test results. d. Protocols and results of mechanical tests carried out in vibration dampers at the factory. The following results must be considered, as a minimum.  Energy-dissipation test results  UV exposure test results.  Crushing test results

2.6. CONSIDERATIONS FOR INSTALLATION

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

2.6.2. The CONTRACTED PARTY shall perform FIELD STUDIES, that is to say, it is responsible for collecting and analyzing the necessary information related to the environment of the installation site, as well as for performing preliminary inspections (walk-downs) and route surveys that may be required. FITEL shall have access to such information upon request. Notwithstanding of the foregoing, this information shall be recorded in the TECHNICAL FILE.

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

2.6.4. The CONTRACTED PARTY shall take into account the environmental conditions where the fiber optic cable will be installed and operate so that the

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 12 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

physical characteristics of the ADSS Cable are adequate. The cable installed along high voltage transmission lines shall withstand greater spans between towers, compared to the cable used in the spans between medium voltage line towers or poles.

2.6.5. The laying through long spans may require special or non-standard techniques and equipment. In this case, the CONTRACTED PARTY shall provide FITEL a detailed description for each of these cases in the FINAL TECHNICAL PROPOSAL (see Appendix N° 3 herein).

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

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

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

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

2.6.9.1. Retention, suspension assemblies and buffers adequate to the type of ADSS cable and appropriate for the supporting infrastructure will be used, making sure that the retention hardware is able to support the maximum allowable tensile loads of the ADSS cable and that the rigging hardware is able to support the maximum vertical load due to the weight of the ADSS cable and the mechanical loads caused by the environmental conditions.

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

a) 1.00 m in lines of up to 750 volts. b) 1.80 m in lines over 750 and up to 11 kV. c) For power greater than 11 kV and up to 550 kV, the vertical distance will increase at a ratio of 10 mm for every kV, starting from 1.80 m.

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 13 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

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

2.6.11. The CONTRACTED PARTY shall provide sufficient cable service loops (to avoid the need to replace entire sections of cable in case of the occurrence of further problems), and shall consider the following:

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

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

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

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

2.6.12. Loss budgets in links and fiber sections:

2.6.12.1. The CONTRACTED PARTY is responsible for ensuring that each segment of optical fiber path is designed and implemented in order to meet the loss budget requirements necessary for that segment, in such a way all links between nodes reach the speed of 10 Gbps. (5% tolerance)

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

2.6.13. The CONTRACTED PARTY shall use the state of the art of the procedure and fiber optic splicing techniques, both during the installation and all maintenance processes and subsequent repair to maximize the integrity of splices and minimize the resulting splice losses; to that end, it shall use -to a minimum extent- splicers to align the optic fiber based on their cores. Splicer shall have proved to be suitable to work in the heights requested by the AWARDED PROJECT.

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

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 14 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

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

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

2.7. FIBER OPTIC CABLE MEASUREMENTS

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

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

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

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

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

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

2.7.4.3. Measurements of polarization mode dispersion and chromatic dispersion. The CONTRACTED PARTY shall measure 100% of the fiber optic strands in

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 15 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

a unidirectional way and at a wave length of 1550nm. These tests shall be carried out in two different times per link.

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

2.8. PERMITS AND FORMALITIES

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

2.8.1.1. Requesting the sharing of infrastructure.

2.8.1.2. Negotiating the rental costs of the infrastructure.

2.8.1.3. Requesting the corresponding mandates to OSIPTEL (Supervisory Agency for Private Investment in Telecommunications) when an agreement is not reached, according to the procedure set out in Law No. 29904, Broadband and Fiber Optic National Backbone Network Construction Act and regulations, approved by Supreme Decree No. 014-2013-MTC.

2.8.1.4. Requesting FITEL to provide conformance with the Infrastructure Sharing Agreement, before executing the agreement

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

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

3. TRANSPORT NETWORK NODES

3.1. GENERAL PROVISIONS

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

3.1.2. The CONTRACTED PARTY is responsible for selecting the site, building and equipping the Nodes of the TRANSPORT NETWORK (active network equipment), and undertakes to assume all the associated costs. Besides, the CONTRACTED PARTY shall consider that TRANSPORT NETWORK Nodes

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 16 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

shall be new constructions with the exception of those that are co-located on RDNFO Nodes.

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

3.2. GENERAL CONSTRUCTION CHARACTERISTICS

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

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

3.2.3. Buildings or structures for equipment shall be constructed on lands with low probability of flooding or on support pylons, as set out in the current regulations. In addition, buildings shall be located at track level or ensure a low risk of near landslides and/or land settlements.

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

3.2.5. The CONTRACTED PARTY is responsible for complying with the regulations relating to construction -at the local, regional and national level- particularly as specified in the National Building Regulations and National Electrical Code in force.

3.2.6. All materials and metal fittings such as screws, bolts, supports, anchorage, clamps and any other hardware used for the implementation of nodes shall be made of stainless steel. The CONTRACTED PARTY shall propose the use of stainless steel for severe cases of exposure to corrosion.

3.3. CONSIDERATIONS FOR SITE SELECTION

3.3.1. The CONTRACTED PARTY is responsible for selecting the location of the lands where the nodes will be implemented, taking into consideration that such location should preferably have electricity, water and sewage services; free access for vehicle and pedestrian traffic; and not be located in areas vulnerable to risks and natural disasters. The remediation and disencumbrance of the lands where the optical nodes will be installed is the responsibility of the CONTRACTED PARTY. In case it is not possible to enable the water or sewage connections in the node, the CONTRACTED PARTY shall install a biodigester in case of lacking sewage connections and

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 17 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

present an alternative for storing water where there is no connection to the drinking water network.

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

3.3.3. The CONTRACTED PARTY shall build the NOC in the district capital of the region. The CONTRACTED PARTY may build the MAINTENANCE CENTER at the same place the NOC is built, considering the dimensions required for both of them.

3.3.4. Minimum node dimensions

3.3.4.1. Aggregation nodes: the minimum site area will be of thirty (30) m2. The CONTRACTED PARTY is obliged to build the Aggregation Node. Exceptionally, this node may be co-located in the distribution nodes of the RDNFO, where possible and provided that this does not affect the deadline to finish the INSTALLATION STAGE OF THE TRANSPORT NETWORK. In the event the CONTRACTED PARTY decides to co-locate the equipment, it shall submit to FITEL a copy of the document certifying the agreement of co- location with the RDNFO, within four (04) months prior to completion of the INSTALLATION STAGE OF THE TRANSPORT NETWORK; otherwise, it shall comply with the provisions of Section 1.9 of these technical specifications.

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

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

3.4. CIVIL WORK

3.4.1. For the purposes of this document, masonry should be understood as the use of masonry units in walls and concrete members, such as columns and beams. Likewise, the CONTRACTED PARTY shall meet the standard E.070 – Masonry, of the National Building Regulations, where applicable.

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

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

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

3.4.2.3. The columns, stem walls and beams built, must have a polished stucco finish and covers with a protection system that provides high resistance to humidity, rain, surfacing of fungi and saltpeter.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 18 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

3.4.2.4. Brick walls (internal and external faces) must be covered with a waterproof protection system offering high resistance to humidity, rain, surfacing of fungi and saltpeter. The paint color will be determined by FITEL.

3.4.2.5. The CONTRACTED PARTY shall install concertina wire throughout the entire Node fence. The concertina wire shall have a “Y” shaped galvanized iron support system spaced every 1m, and a galvanized or stainless-steel concertina wire spiral of 16” in diameter. The spacing between spirals must be at least twenty (20) cm. As fastening and alignment elements, the CONTRACTED PARTY shall consider three N° 10 (thickness) galvanized guidewires laid around the fence and within the concertina spiral.

3.4.3. Equipment room

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

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

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

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

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

3.4.3.5. The Equipment Room ceiling shall be a structure of concrete joists and uniform bricks; on which the CONTRACTED PARTY will make cement mortar or a subfloor ensuring a final ceiling slope equal to greater than eight percent (8%). Also, it shall consider a galvanized ladder to access the ceiling or galvanized iron steps fixed to the walls for maintenance purposes.

3.4.3.6. The CONTRACTED PARTY shall install an asphaltic mat on the ceiling or any other technical proposal that performs the same function (upon FITEL’s approval). It shall have a prefabricated chute system for draining the rainwater towards the drain (the chutes must be manufactured for that purpose) in order to prevent the water from dampening the outside of the walls.

3.4.3.7. Columns, stem walls and beams shall be finished with polished stucco. The walls of the Equipment Room, as well as columns, stem walls and beams, must be finished with polished stucco and be covered with a waterproof pain system that provides high resistance to rain, humidity, saltpeter, and fungi. This protection will be applied both in the internal and external face.

3.4.3.8. The equipment room shall have a certified hermetic door with outward opening manufactured with two steel sheets (stainless or galvanized steel covered with a layer of epoxy paint) and filled inside with insulating material.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 19 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Besides, It shall also have certified accessories: a hydraulic arm and panic lock.

3.4.3.9. The Equipment Room must have antistatic conductive vinyl floor and sanitary shoe molding. The material must be 02 mm thick vinyl with B1 fire resistance and compliance standard ANSI/ESD S4. -2016

3.4.3.10. The equipment room may use a false floor or aerial ladders. In both cases, the alternating current wiring shall be placed on cable trays or other ladders different to the data or direct current wiring. In case of using ladders, there must be a ground conductor along its length, according to CNE usage – rule 060-002(a) Connection to ground of non-live parts.

3.4.4. Power room

3.4.4.1. The CONTRACTED PARTY obliges to design the room in such a way that the operating conditions of the equipment installed in it meet the manufacturers’ recommendation, in particular, the conditions related to ventilation, air intake, presence of dust, among others. The power room is the room where the generator set will be located.

3.4.4.2. The walls and door of this room may be built with stainless or galvanized steel meshes covered with a layer of epoxy pain and/or masonry, which must be covered with a paint system offering high resistance to rain, humidity, saltpeter, fungi, etc. inside and out. The paint color will be determined by FITEL. The door for both systems considered shall ensure an opening for taking out or changing the electric generator. The minimum useful area (measured inside) for all types of nodes will be of ten (10) m2:

3.4.4.3. The power room floor will have gravel (ripping) of at least ten (10) cm high. It shall consider a floor concrete chute and galvanized metal grid as anti-fuel spill mitigation component. The capacity of the anti-spill chute must be ten percent (10%) greater than the fuel storage capacity of the electric generator’s tank.

3.4.4.4. The roof cover must have a minimum slope of eight percent (8%) and shall be made of a material that ensures a minimum resistance of 2.5kg/m2. The CONTRACTED PARTY shall include a rain gutter in the roof system itself to drain the rain water towards the drainage.

3.4.4.5. The power room shall have a vent stack to discharge the fumes from the generator set, with a minimum cross-sectional area of 0.18 m2. In addition, as the case may be, the CONTRACTED PARTY shall install a lightning arrester in accordance with the National Electrical Code.

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

3.4.5. Bathroom

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 20 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

3.4.5.3. The restrooms ceiling will be a structure of concrete joists and uniform bricks. On this ceiling shall be carried out a cement mortar fill or sub floor to ensure a final ceiling slope equal or greater than 8%.

3.4.5.4. The CONTRACTED PARTY will install an asphaltic mat on the ceiling or any other element proposed that performs the same function (upon FITEL’s approval). It shall have a prefabricated system of chutes for draining the rain water towards the drainage (the chutes must be manufactured to that end), to prevent the water from dampening the outside of the walls.

3.4.5.5. The columns, stem walls and beams shall be polished finish. The bathroom walls, as well as columns, stem walls and beams, must have a polished stucco finish and be covered with a paint system offering high resistance to rain, humidity, saltpeter and fungi in the internal and external face.

3.4.5.6. The bathroom shall include a drainage ventilation tube and ventilation cap.

3.4.5.7. The bathroom shall have a washbasin and fixtures.

3.4.5.8. The bathroom shall have a door and window.

3.4.6. Open Area

3.4.6.1. The floor in the open area of the nodes will have gravel (ripping) of at least ten (10) cm high.

3.5. PASSIVE NODE COMPONENTS

3.5.1. General considerations

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

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

3.5.1.3. In each node, the CONTRACTED PARTY shall implement an internal plant with a cross-connection patching system (interconnection between the ODF and the reflective module within the same cabinet, DDF). Therefore, each communication equipment cabinet shall contain a MPO/MTP fiber optic tray,

2 Optical Distribution Frame. 3 Digital Distribution Frame.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 21 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

which will interconnect the cabinet of the ODF with the communication equipment cabinet. Connections may be made according to the referential graph below, taking into account that the design will be the same for each type of node, in order to maintain a standard solution.

Figure N° 2 Reference design of fiber optic processors TRUNKING MPO/MTP of 48 STRANDS PER TRAY

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

MODULES FOR ADSS CABLE TRAY 1 TRAY 1 FUSION UPPER TRAY 2 MODULES TRAY 2 FOR ADSS CABLE TRAY 3 TRAY 3

1RU TRAY FOR 48 1RU TRAY FOR 48 STRANDS WITH STRANDS WITH FRONT END FRONT END PROCESSOR PROCESSOR

MPO/MTP MODULES

LOWER MODULES FOR TRUNCKING CABLES

ODF / DDF CABINET 2 CABINET 1 VERTICAL PROCESSOR VERTICAL PROCESSOR VERTICAL PROCESSOR

3.5.2. Cable management cabinet

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

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

3.5.2.3. Vertical and horizontal processors, tracks, routing clips, to allow for adequate fiber optic cable management during the arrangement.

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

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

3.5.2.6. It shall have two (2) independent tempered glass or Plexiglass acrylic material to separate the ODF from the DDF.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 22 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

3.5.3. ODF tray

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

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

3.5.3.3. Each ODF tray shall include a minimum of two splice-holder cassettes, each shall be made for 24 fusions and include transparent splice protectors.

3.5.3.4. It shall be a sliding tray (using rails) and allow a minimum inclination of thirty degrees (30°).

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

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

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

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

3.5.4. DDF tray

3.5.4.1. It shall be a sliding tray (using rails). The tray will have a minimum inclination of thirty degrees (30°) and allow front-end connections.

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

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

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

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

3.5.5. Multifiber cable

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

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

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 23 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

3.5.6. Trunking Cable

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

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

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

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

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

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

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

3.5.7. Fiber tray for communication equipment cabinet

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

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

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

3.5.7.4. Each MPO/MTP module with have twelve (12) single mode LC connectors, in such a way that it is possible to connect up to forty -eight (48) strands in one (01) RY per tray. The CONTRACTED PARTY may use high-availability solutions, using to this end trays and modules that are able to connect up to 96 threads per rack unit, taking into consideration that this will also increase the density of the DDF trays, which will also be allowed.

3.5.7.5. It shall be a sliding tray (using rails). The tray will have a minimum inclination of thirty degrees (30°) and allow front-end connections.

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

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

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

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

3.5.8. MPO/MTP module to LC

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 24 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

3.5.8.3. Maximum insertion loss of one (01) dB.

3.5.9. Fiber patch cords

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

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

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

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

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

3.5.10. Communication equipment cabinets

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

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

3.5.10.3. The cabinet will have a welded frame structure and support up to one thousand (1000) Kg of static load as minimum.

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

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

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

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

3.5.10.8. They must meet standard EIA-310-E and have the UL2416 certification; as an alternative, they may also have an equivalent certification in Peru.

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 25 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

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

3.6. PHYSICAL SAFETY SYSTEM

3.6.1. Policies to access the node

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

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

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

3.6.2. Access door

3.6.2.1. For entering the Node, the CONTRACTED PARTY shall install a frame and stainless or galvanized steel door sized in such a way the entry of general equipment is ensured, which must have a protection system with epoxy paint. The CONTRACTED PARTY shall design the NOC based on the ANSI- TIA 942 standard (Telecommunications Infrastructure Standard for Data Centers) and other standards and regulations set out in section 1.6 of this Annex.

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

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

3.6.3. Biometric reader and authorization cards

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

3.6.3.2. The biometric reader shall be able to store and recognize more than 1,500 fingerprints and, when possible, facial recognition technology.

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 26 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

3.6.4. Physical intrusion detection

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

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

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

3.6.5. Motion detectors

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

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

3.6.5.3. The motion detectors shall have the following characteristics:

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

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

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

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

e) Led on indicator, swivel ceiling mount lid, sensitivity, time control and monitoring of day or night detection knobs (only for roofed areas).

f) Detection distance greater than 10 m.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 27 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

g) Height level of 2.2 to 4m.

h) High impact casing.

i) Anti-Masking; ability to detect masking of the lens.

j) Proximity Anti-Sabotage, ability to issue an alert before the detector is sabotaged or masked.

3.6.6. Occupational sensor for equipment room with the following characteristics:

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

3.6.6.2. Detection distance greater than ten (10) m.

3.6.6.3. Height level of 2.2 to 4m.

3.6.7. Smoke detector and fire extinguishers

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

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

3.6.8. System of supplementary sensors

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

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

b) Humidity sensor, adjustable to the desired range.

c) Flooding sensor, to detect water on the ground inside the equipment room.

d) Commercial power outage.

e) “Active generator” condition.

f) Active power source (commercial or from the generator) indication.

g) Generator load.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 28 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

h) Fuel levels.

i) Battery charging levels.

3.6.9. Video System

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

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

a) Outside the node. For viewing those trying to enter the node.

b) Entry to the node. Mainly to view the face of those entering the node.

c) Inside the equipment room.

d) Power room.

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

a) Indoor cameras

a.1 Tamper-resistant casing. a.2 Temperature range from 0°C to 45°C. a.3 Progressive scan CMOS image sensor and images at 0,25 lux color and 0,05 lux in black and white. a.4 Optical zoom of 12X, minimum. a.5 Video sequences with HDTV 720p (1280x720) resolution at thirty (30) frames per second, at a minimum. a.6 It shall have individually configurable video streaming in H.264 as minimum. a.7 Ethernet port RJ45 10BASE-T/100BASE-TX POE. a.8 Support static IP addresses as DHCP server addresses and support IPv4 and IPv6. a.9 The camera shall be fully supported by an open and public API (Application Programming Interface). a.10 IR (infrared) led with adjustable light and intensity angle with IR range of up to ten (10) m. a.11 Support the S profile of ONVIF (Open Network Video Interface Forum). a.12 Three (03) years of manufacturer’s warranty. a.13 Comply with safety standards IEC/EN/UL 60950-1. a.14 Comply with standard ISO/IEC 14496-10, advanced video coding (H.264). a.15 IT security (FIPS or similar).

b) Outdoor cameras

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 29 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

b.1 Housing with IP66, NEMA 4X and IK10 rating, manufactured with UV resistant polymer with adjustable sun shade. b.2 Temperature range between -20°C and 50°C and relative moisture of 10%-100%. b.3 Progressive scan CMOS image sensor and images at 0,25 lux color and 0,05 lux in black and white. b.4 Optical zoom of 30X, minimum. b.5 Video sequences with HDTV 720p (1280x720) resolution at thirty (30) frames per second, at a minimum. It will also incorporate automatic and manual white balance with exposure areas that can be defined automatically and manually. b.6 It shall have individually configurable video streaming in H.264 as minimum. b.7 Ethernet port RJ45 10BASE-T/100BASE-TX POE. b.8 Support static IP addresses as DHCP server addresses and support IPv4 and IPv6. b.9 The camera shall be fully supported by an open and public API (Application Programming Interface). Open and public or a SDK (Software Development Kit). b.10 IR (infrared) led with adjustable light and intensity angle, with IR range of up to fifteen (15) m. b.11 Support the S profile of ONVIF (Open Network Video Interface Forum). b.12 Three (03) years of manufacturer’s warranty. b.13 Meet the safety standards of IEC 60950-1, or EN 60950-1, or UL 60950-1; and IEC 60950-22, or EN 60950-22, or UL 60950- 22. b.14 Comply with standard ISO/IEC 14496-10, advanced video coding (H.264). b.15 The camera shall have a wide dynamic range (WDR) with dynamic contrast. b.16 Provide backlight compensation and incorporate a function to optimize the behavior at low light. b.17 Video in wide format 4:3 and 16:9. b.18 The implementation of H.264 shall include the unicast and multicast functionality and support as much constant bit rate (CBR) as variable bit rate (VBR). b.19 IT safety (FIPS or similar).

c) Camera of doorway to the node

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

 360° horizontal movement.  220° vertical movement.  36X optical zoom.

Likewise, this camera will have video motion detection functionality and autotracking.

3.6.9.4. In addition, each node will have a video recorder installed inside with a minimum storage capacity of three (03) TB, which may be installed inside the

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 30 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

communication equipment cabinet and always in compliance with the manufacturer’s recommendations.

3.7. Grounding system (SPAT, by its Spanish initials)

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

3.7.2. The CONTRACTED PARTY shall implement wirings independently from the grounding system for communication equipment and machinery/motors, which must be electrically interconnected through their ground electrodes taking as a reference technical standard IEC 61000-5-2. THE CONTRACTED PARTY shall implement independent grounding system for communication equipment and machines/motors.

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

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

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

3.8. POWER SUPPLY

3.8.1. The CONTRACTED PARTY is responsible for sizing the minimum capacity of the power supply to be contracted from the electrical company of the geographic area for each Node. Likewise, it is responsible for covering all the costs required for its installation and adjustment.

3.8.2. Soundless generator set

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

3.8.2.1. Motor, with the following characteristics:

a) Diesel, 4-stage. b) Cooling: water cooling with radiator, water pump, thermostat, blower fan, low water level sensor in radiator, jacket water heater and thermostat (high reliability) to facilitate cold starts.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 31 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

c) Lubrication: built-in oil pump, for pressure lubrication. Equipped with cooler and filters. d) Fuel: No 2 diesel, with filters and tank. The node design shall provide facilities for fueling. e) Gas emission level: The motor shall meet the requirements of the US EPA standard, TIER 2 or similar in the country of manufacture, for loads from 30% of capacity. Likewise, an air duct shall be included, properly sized for dissipating the fumes outside the node. f) Suction system: Natural or turbocharged, with air filter for heavy load and restriction indicator. g) Starting system: At 12 VDC electric with solenoid, manual and remote command. h) Useful life, 50 000 operating hours, at a minimum.

3.8.2.2. Charge acceptance time

a) Maximum of one (01) minute, measured from the start notification until the load is assumed with the remote command. b) Charge acceptance time: 30 s on average. c) Motor protection. d) Automatic stop during abnormal conditions of: oil pressure, water temperature, water level, over speed, start.

3.8.2.3. Fuel tank

a) Fuel tanks for engine generators shall comply with all national, regional, provincial, district and local construction regulations, as well as with current environmental and safety regulations for fuel installations, maximum tank size and noise pollution. b) In addition, the CONTRACTED PARTY shall follow the manufacturer’s recommendations for fuel tank construction. c) The fuel tank shall be sized in such a way it provides a minimum autonomy of seventy-two (72) hours.

3.8.2.4. Generator

a) Self-regulated, brushless type (carbon). b) Insulation: Class H, rotor and stator with tropicalization treatment for operation in harsh environmental conditions. c) Dehumidifying resistance of the alternator. d) Nominal voltage: 220 VAC. e) Frequency: 60 Hz +/- 10 %. f) Excitation: static type, brushless (coal), AREP type, permanent magnet or EBS capacities under 40 kW. g) Stationary variation: +/- 1% within the maximum and minimum load. h) Transient variation: +/- 5% recoverable in up to 02 seconds. i) Waveform: Sine, distortion less than 5%. j) Handling of non-linear loads: Operation with non-linear loads without exceeding the values of stability and distortion of the output voltage. k) Anti-vibration supports. l) Residential type silencer, critical (Included in soundproof GEN).

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 32 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

3.8.2.6. GEN monitoring and control

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

3.8.2.7. Wall panel

a) The wall panel is to be protected with glass or inside a double clear light cover. b) It shall contain information regarding the operation and maintenance schedule of the generator and automatic transfer board operation. c) The CONTRACTED PARTY will provide it with its own single-line diagram of power, single-line control diagram, parts manual, operating manual, service manual, staff training, communications accessories, software (in devices such as, Universal Serial Bus - USB or CD).

3.8.3. Rectifier / Charger / Battery Bank System

3.8.3.1. RECTIFIER / CHARGER (R/C)

a) The CONTRACTED PARTY shall design and size the R/C taking into consideration the temperature conditions, operating height, etc. b) The R/C is to be powered by AC voltage (220Vac) and will give the load a rated DC output voltage of -48V. c) The R/C shall be of modular architecture, in N + 1 configuration; the initial configuration will be 1 + 1. Future extensions of modules shall not involve any outage. It shall be easy to operate and maintain. d) In normal conditions, the configuration 1 + 1 of the R/C implies that each module will assume half the load, if one module fails, the operating module will assume full load. e) The R/C shall have a monitoring and control unit, the basic functions of which are:

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 33 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

f) Alarms shall provide visual and local indication through the display and be managed remotely through dry contacts. As for measurements the R/C shall be able to monitor the following items:

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

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

3.8.3.2. Battery Bank

a) The technical characteristics required shall be met for the operating conditions of each node, such as pressure, temperature and humidity. For compliance with this section, the CONTRACTED PARTY shall consider an operating temperature of 25°C in all its calculations. b) The battery bank will provide autonomy of eight (08) hours and provide the load a DC output voltage of -48V. c) The battery bank shall be comprised of batteries of the same type, of the same make, model and year of manufacture. d) They shall be sealed batteries free of maintenance of gelled electrolyte, alkaline, nickel-cadmium, lithium-ion type, or other alternatives tested in the market, which shall be approved by FITEL. e) The battery bank shall support at least 5,000 cycles of charge and discharge at a discharge depth of 20% at operating temperature. f) The actual capacity of each battery shall not be less than 95% of the rated capacity required. g) The capacity of the fully charged batteries shall not decrease by more than 6% over a period of one month by self-discharge effect. h) Batteries shall be for stationary use. i) Service life in flotation (useful life) shall not be less than fifteen (15) years. j) The battery holder shall be fireproof hardened plastic, of high mechanical strength. k) They shall have a safety valve that allows the exhaust gas to be released when the internal pressure is critical, where applicable. l) Each battery shall be properly labeled and clearly identify the polarity of each terminal either in high or low relief. m) The date of manufacture of the batteries shall be less than six (06) months since placing the purchase order.

4 Low voltage battery disconnect.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 34 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

n) Should any technical characteristic requested in this section not be applicable for the type of battery to be installed, this characteristic will not be assessed by FITEL. o) In other technical information to be submitted by the CONTRACTED PARTY o.1 Number of cycles vs. depth of discharge. o.2 Reduction in battery capacity vs. storage time. o.3 Behavior of the battery capacity vs. room temperature. o.4 Installation manual. o.5 Maintenance manual.

3.8.4. HVAC equipment

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

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

a) Precision VAC (Ventilation Air Conditioning) system. b) 24x7x365 operation. c) Control the temperature inside the Nodes, within a range of 18º C and 26º C, as a minimum d) Control the relative humidity inside the Nodes, within a range of 50% and 90%, as a minimum. e) Control panel with temperature and humidity indicator. f) HVAC equipment shall include a soft start system to economize power consumption. g) The HVAC system shall have a sufficient number of sensors to monitor the temperature of routers, switches and mainly the battery bank, automatically activating, when necessary, the cooling system and generating the alarms to the NOC (in case the desired temperature cannot be achieved).

3.8.5. Considerations for electrical installations.

3.8.5.1. Mounted pipelines and connection fittings

The pipelines to be mounted shall be of rigid plastic made of vinyl polychloride (heavy PVC) thermoplastic resin, rigid, resistant to humidity and chemical environments, flame retardant, and resistant to impact, crushing and strains caused by the heat under normal service conditions; also, they shall be resistant to low temperatures, in accordance with standard ITINTEC Nº 399.006.

3.8.5.2. Adjoining pipes and connection fittings:

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 35 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

The chutes adjoining or exposed shall be of EMT metal conduit type. The tubes must be manufactured with galvanized steel, according to the standards ASTM A 635, JISG 3302-SGPCC, NTC 4011.

3.8.5.3. Pull boxes and outlets outdoors:

Pull boxes and electrical outlets, such as sockets and light center switches, installed at the yard exposed to the environment, shall be fully hermetic and for external use, according to regulation CNE usage – rule 150-708.

3.8.5.4 For the access of power cables to the electric panel, the CONTRACTED PARTY shall install a pull box to add new electric cables in the event of future extensions and installations of racks or cabinets of equipment that has to be connected to the electric board.

4. TRANSPORT NOC

4.1. GENERAL PROVISIONS

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

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

4.1.1.2. The CONTRACTED PARTY shall design the Node based on standard ANSI- TIA 942 (Telecommunications Infrastructure Standard for Data Centers) and the other standards and regulations set out in section 1.6 of this Annex.

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

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

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

4.1.1.6. FITEL can appoint a representative, who will fulfill the roles assigned inside the NOC of the TRANSPORT NETWORK, from the moment this NOC is functionally operational, even when the CERTIFICATE OF COMPLIANCE WITH TRANSPORT NETWORK COMMISSIONING has not yet been subscribed, until the end of the INTERIM PERIOD. In that regard, the CONTRACTED PARTY shall put at FITEL’s disposal all physical accesses to the NOC, as well as the monitoring systems without time restriction, granting

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 36 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

privileges that allow generating and downloading reports regarding the TRANSPORT NETWORK’s operability.

4.2. CIVIL WORK

4.2.1. General considerations

4.2.1.1. The CONTRACTED PARTY shall implement the NOC in a built area of at least ninety square meters (120 m2). The NOC shall have an equipment room, operating room, energy room and power room. All rooms shall be built with masonry, except for the power room ceiling, which may be made of a different material, at the discretion of the CONTRACTED PARTY. All of the NOC’s external walls shall have a polished stucco finished and be covered with a waterproof paint system that offers high resistance to rain, humidity, surfacing of saltpeter and fungi.

4.2.1.2. The NOC ceiling shall have a minimum slope of (8%) and consider a waterproof protection system against seepage and humidity inside caused by the rain. In case rain gutters are required, they shall be prefabricated to that end.

4.2.1.3. The CONTRACTED PARTY shall install concertina wire throughout the entire node fence. The concertina wire shall have a “Y” shaped galvanized iron support system spaced every one (01) meter and a galvanized or stainless steel concertina spiral of 16” in diameter. The spacing between the spirals must be at least (20) cm. Three (03) N° 10 (thickness) guide wires laid around the fence and within the concertina spiral will be considered as fastening and alignment elements.

4.2.2. Equipment room

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

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

a) The internal height from the finished floor (technical floor) to the ceiling will be of 3.20 meters. b) The technical floors shall be anti-static conductive floors that meet standard ASTM E 84-01. They shall be fixed to the floor and have a bearing capacity that ensures the stability of the equipment to be installed (cabinets, batteries, rectifier, servers, data equipment and others). c) Technical floors shall have a minimum height of forty (40) cm. from the floor where it is supported, which shall be made of concrete and comply with the CISCA certification.

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 37 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

b) Hardware and steel supports approved by the tray manufacturer.

c) For dismounting or mounting cables, vertical and curved trays shall be considered to respect the cable protection curvature.

d) Power cable trays and telecommunication cable trays shall be different.

e) Materials shall comply with the basic requirements of the Restriction of Certain Hazardous Substances Council Directive, known also as RoHS Directive.

4.2.2.4. The walls must have a polished stucco finish and a non-flammable paint cover.

4.2.3. Power room

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

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

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

4.2.3.4. The walls must have a polished stucco finish and a non-flammable paint cover.

4.2.3.5. Ceiling of galvanized metal structure. With thermo-acoustic panel cover and rock wool core with fire-resistant properties. It shall ensure easy and safe access to the ceiling for maintenance purposes.

4.2.4. Energy Room

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

4.2.4.2. The walls shall be cemented and calked, and a waterproof paint system shall be applied offering high resistance to rain, humidity, surfacing of saltpeter and fungi.

4.2.4.3. It shall have an anti-static conductive technical floor and comply with standard ASTM E 84-01. It shall be fixed to the floor and have a bearing capacity that ensures the stability of the equipment to be installed.

4.2.4.4. For the entry of power cables to the electric board, the CONTRACTED PARTY must install a pull box to add new electrical cables in the event of future extensions of the racks or cabinets of equipment that has to be connected to the electric board.

4.3. PASSIVE NOC ELEMENTS

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 38 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

4.3.1.1. ODF/DDF cabinet. 4.3.1.2. Server cabinets. 4.3.1.3. Communication equipment cabinets. 4.3.1.4. Battery cabinets. 4.3.1.5. Rectifier cabinets.

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

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

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

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

4.4. VIDEO SURVEILLANCE SYSTEM

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

4.4.2. This system shall be monitored by the NOC. The system shall have the capacity to record and maintain all videos for at least a period of thirty (30) days. The system shall include the software with the ability to simultaneously display all cameras selected and archive video segments for a time of at least twelve (12) months.

4.4.3. Camera characteristics

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

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

4.4.4. Recording system characteristics

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

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 39 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

4.5. BUILDING ACCESS CONTROL

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

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

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

4.5.4. NOC Access Door

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

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

4.5.5. Entrance door to equipment room

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

4.5.5.2. The CONTRACTED PARTY shall install a fire-proof door according to standard NFPA and the standards indicated in section 1.6 of this Annex.

4.5.5.3. For entry to the power rooms, the CONTRACTED PARTY shall install a fire- proof door according to standard NFPA and other standards, as indicated in section 1.6 above.

4.5.6. Biometric reader

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

4.5.6.2. The biometric reader will be able to store and recognize more than 1,500 fingerprints, and an equal number of facial features, if it has facial recognition capability. 4.5.7. RFID reader

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 40 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

4.5.8. Centralized access control

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

4.6. ALARM MANAGEMENT SYSTEM

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

4.7. INTEGRATED FIRE DETECTION AND SUPPRESSION SYSTEM

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

4.7.2. Detection system characteristics

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

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

4.7.2.3. It shall have an emergency power switch.

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

4.7.3. Suppression system characteristics

4.7.3.1. The suppression agent shall be environmentally friendly. 4.7.3.2. The suppression agent shall not present a toxic hazard to staff. 4.7.3.3. The suppression agent used in the equipment room shall not present a risk of damaging the equipment. 4.7.3.4. In the case of a suppression system discharge, it shall be possible to eliminate the fire suppression agent quickly and efficiently. 4.7.3.5. Additionally, the CONTRACTED PARTY shall place portable fire extinguishers at the power room, operating room and warehouse.

4.8. SENSOR SYSTEMS

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

4.8.1.1. Fire suppression system.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 41 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

4.8.1.2. Alarms and video surveillance cameras.

4.8.2. Types of sensors:

4.8.2.1. Flooding sensor installed on equipment and energy rooms. 4.8.2.2. Smoke sensors installed on all rooms, offices and warehouse. 4.8.2.3. Temperature sensor in equipment and energy rooms. 4.8.2.4. Motion sensors in the equipment room.

4.9. Grounding system (SPAT, by its Spanish initials)

4.9.1. The CONTRACTED PARTY shall design and build the grounding system taking into consideration the existing regulations; therefore, these systems must have independent connections to ground for the: i) power substation, ii) electric equipment and motors, iv) electronic equipment such as servers, computers, video wall and telecommunication equipment, which shall be interconnected electrically through their ground electrodes, taking as reference technical standard IEC 61000-5-2.

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

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

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

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

4.10. POWER SUPPLY

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

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

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

4.10.4. Rectifier/charger/battery bank system. The technical characteristics of the rectifier and charger of the battery bank shall comply, at least, with the

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 42 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

4.10.5. UPS and isolating transformers to keep all electronic equipment in the equipment room operational until commissioning of the generator set with a minimum time of autonomy of (20) minutes.

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

4.11. HVAC EQUIPMENT

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

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

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

4.12. COMMUNICATION SERVERS

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

Table No. 2: Technical characteristics of servers ITEM N° 01 RAM Memory Minimum  Capacity of 128GB  4 physical processors at 2.1 GHz Processor Minimum  Each physical processor shall operate with 16 cores. Data Transfer Interface Minimum  Serial Attached SCSI 2 (SAS) Memory cache  30 MB L3 Distribution Minimum  The server shall be mountable and scalable Operating Procedure  Hot – swap  Power: CA 100 - 240 V 50 / 60 Hz Energy (Server)  Redundant power source Storage capacity Minimum Capacity of 20 TB Data Transfer interface  Serial Attached SCSI 2 (SAS) Network connection Minimum  Two (2) 10G Ethernet ports Connectivity ports Minimum  Four (4) USB ports  Each processor shall have its own ventilation Ventilation system Minimum cooler.  Ventilation installed on the case.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 43 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

ITEM N° 01  Led technology, 21 inches Monitor (*) Minimum  Power: CA 220 V 50 / 60 Hz  Keyboard, mouse and 21-inch LED monitor. Peripherals and accessories (*)  Support connections by KVM  Three (03) years. The warranty shall be certified by Warranty Minimum the equipment manufacturer.  License for Microsoft Windows Server 2016 R2 Operating System Minimum (English) (*) The CONTRACTED PARTY may choose to install a KVM equipment with a retractable screen to optimize the proper operation and improve the distribution of space within the equipment cabinet; in such case, it will also include the peripheral circuits and accessories necessary for connecting all 4 servers.

5. MAINTENANCE CENTERS

5.1. IMPLEMENTATION CONDITIONS

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

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

5.1.2.1. The MAINTENANCE CENTER shall be located within the urban area. It will have all basic water, electricity and sewage services, network connection through a fiber optic link from the closest Distribution Node to maintain communication from the NOC, as well as free access to vehicle traffic. In case that, due to urban planning or cultural issues, it is not possible to build the MAINTENANCE CENTER on an urban area, the CONTRACTED PARTY will be allowed to locate such infrastructure not less than five (05) km from the locality’s main square. The number and location of MAINTENANCE CENTERS are listed in Appendix N°2 “List of MAINTENANCE CENTERS”.

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

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

5.1.2.4. The open area is mainly intended to be used as a garage for the truck and for storing spare poles; therefore, the CONTRACTED PARTY shall design and build a suitable floor to withstand the weight of the truck and other equipment stored in there. Likewise, it shall consider the installation of a ceiling with material suitable to withstand the winds and rain characteristic of the area, covering at least ninety percent (90%) of the open area unless otherwise stated by Municipal provision. Likewise, a proper ceiling height that allows dispatch handling and pole storage has to be considered for construction.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 44 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

5.1.2.6. The CONTRACTED PARTY will include an office with an area of at least ten (10) m2 and a warehouse of at least forty (40) m2, with a minimum height of 3.20 meters and floor suitable to withstand the weight of fiber reels and other spare parts. In this office the CONTRACTED PARTY shall consider the implementation of a communications room with a terminal that allows accessing the NOC’s management system in such a way the alarms and/or events triggered in the TRANSPORT NETWORK can be visualized.

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

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

5.1.3. Basic equipment

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

6. NETWORKING

6.1. GENERAL PROVISIONS

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

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

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

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

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

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

6.2. IP NETWORK DESIGN

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 45 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

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

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

6.3. EQUIPMENT CHARACTERISTICS

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

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

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

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

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

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

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 46 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

must include a manufacturer’s warranty of three (03) years that provides for replacement due to technological obsolescence.

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

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

6.3.10. Edge and Core Routers

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

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

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

6.3.10.4. At least two (02) equipment of high availability shall be considered. This equipment will perform the specific core and edge functionalities simultaneously, in compliance with the specifications requested in this section for core routers and, in addition, the functions recommended by the bidder for the edge function. This equipment will have at least twenty-four (24) ports of at least 10 Gbps (in two different cards to ensure high availability). Also, the equipment shall have a minimum aggregation capability of 30 Gbps, be modular and support 100 Gbps interfaces. Likewise, in order to meet the high availability requirement, the equipment may be in active – passive mode or share the processing load; however, in both cases, if one equipment falls, the other shall be prepared to withstand the full processing load.

6.3.11. Core switch

6.3.11.1. Core switches shall be redundant and controlled by software remotely from the NOC and have at least forty-eight (48) ports of 10 Gbps according to the interfaces of the equipment and servers required with core functionalities. They shall have a processor, power source and redundant fans. The core switches shall consider at least two (02) expansion module for growth.

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

6.3.12. Aggregation Router

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

6.3.12.2. The effective band width of uplinks between the Aggregation Nodes of the TRANSPORT NETWORK and Distribution Nodes of the RDNFO shall have an initial capacity of 10 Gbps. The equipment must be capable of duplicating the number of links initially proposed; all connections to the Distribution Nodes will be carried out through interfaces of at least 10 Gbps.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 47 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

6.3.12.3. This equipment must be controlled by software remotely from the NOC and have at least sixteen (16) 10 Gbps downstream ports of in two different cards to ensure high availability with all ports and optical modules enabled in all active ports.

This equipment must have an aggregation capability of at least 3 Gbps, withstand 100 Gbps interfaces and be modular. They shall have a processor redundancy and power sources.

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

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

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

6.3.13. Distribution Routers

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

6.3.13.2. Distribution routers shall have all ports fully implemented, including the transceivers required, considering that at least two (02) upstream ports will work at least at 10 Gbps for the connection to the Aggregation Node.

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

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 48 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

6.3.14. Connection switches

6.3.14.1. Connection switches shall have dual power source and have at least twelve (12) 1000 Mbps electrical ports and twelve (12) 10 Gbps optical ports, fully enabled with transceivers, according to the technological capabilities of the public telecommunication service operators, in accordance with the regulations issued by OSIPTEL.

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

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

6.3.15. Amplifiers

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

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

6.3.16. It must be verified that the equipment supports the required protocols by means of checking the data corresponding sheet of each equipment; as well as through the generation of the report extracted from each type of equipment regarding the protocols that support it. Similarly, in accordance with the network configuration, the operation of each protocol used in the configuration for service provision shall be supervised and verified.

7. SERVICE LEVELS (Service Level Agreement - SLA)

7.1. NETWORK AVAILABILITY

7.1.1. The CONTRACTED PARTY shall implement the TRANSPORT NETWORK, so as to ensure availability required according to the type of Node and link, considering all network elements, both active and passive. This availability shall be measured and validated during the stage considered INTERIM PERIOD.

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 49 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

7.1.2. Latency: The average latency of the TRANSPORT NETWORK shall be less than twenty (20) ms, measured from node to node. The latency is defined as the amount of time it takes a packet to travel from its origin to its destination and vice versa, i.e., "there and back".

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

7.1.4. Jitter: The average jitter of the TRANSPORT NETWORK shall be less than ten (10) ms and the maximum jitter shall not exceed twenty (20) ms. This indicator will be measured between Nodes.

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

8. NETWORK MANAGEMENT SYSTEM (NMS)

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

8.2. IP NETWORK MANAGEMENT SYSTEM

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

8.2.2. NMS functions.

8.2.2.1. Network Management. 8.2.2.2. Automatic discovery of network topology. 8.2.2.3. Configuration and software management. 8.2.2.4. Network Monitoring. 8.2.2.5. Log of sensors and transducers of the telecommunications networks. 8.2.2.6. Alarm Log. 8.2.2.7. Stoppage log. 8.2.2.8. Measurements. 8.2.2.9. Preparation of reports of malfunctions, traffic. 8.2.2.10. Preparation of reports in graphic form.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 50 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

8.2.3.1. Alarm detection

a) Alarms shall be displayed in real time and the information stored on the server for a period of at least three (03) months. b) These alarms shall provide information of date and time of start and end, besides indicating the cause that originates it, so that FITEL knows of all the occurrences of network failures, the duration and the response time to correct them.

8.2.3.2. Reports

a) Availability. - service downtime and its causes (including the alarm log) for each equipment. b) Use of the service. - Traffic consumed by time intervals (minimum to the minute) of the elements of the TRANSPORT NETWORK, so that FITEL becomes aware of the behavior of the network and may analyze the demand curve. These reports shall consider the type of protocols used, so that they discriminate the type of applications used in the TRANSPORT NETWORK. c) Quality Reports.- latency, jitter, packet loss, bandwidth consumption (per minute), percentage of congestion, simultaneity, upstream and downstream speed in the Nodes, among others.

8.3. FIBER OPTIC NETWORK MONITORING SYSTEM IN THE PHYSICAL LAYER

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

8.3.1.1. Link losses.

8.3.1.2. Identify the place of occurrence (geo-referenced) of a fiber cut, including the maps for correct fault localization.

8.3.1.3. Monitor changes in optical power values.

8.3.1.4. Modular and scalable system.

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

8.4. MONITORING SYSTEM AND ALARM MANAGEMENT

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

8.4.1.1. Sensor systems

a) Temperature.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 51 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

8.4.1.2. Actuators

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

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

9.1. GENERAL PROVISIONS

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

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

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

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

9.1.5. The BSS shall have at least the following:

9.1.5.1. Module to manage customer relations with capacity to execute all actions necessary with the client (service orders requested, contracted service, etc.), keep traceability of all of the client’s contacts, manage the profile of different clients, centralized management of offers (service catalogue, analysis at commercial level) and hierarchy of clients (different service and billing accounts). 9.1.5.2. Billing module to control downtimes, manage billing cycles and calculating discounts.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 52 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

9.2. ACCESS POLICIES

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

9.2.1.1. Authentication: a user name and password.

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

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

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

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

9.2.1.6. Access Log: All entries to the network will be recorded, indicating: users, start Time, end time and commands entered. The records of these logs are stored for six (06) months in at least one of the management servers of data and fiber networks.

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

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

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

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

9.2.3. The CONTRACTED PARTY shall consider the following aspects:

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 53 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

or unauthorized actions from users, unauthorized intrusions and other threats.

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

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

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

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

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

10. TRAINING

10.1. GENERAL PROVISIONS

10.1.1. The CONTRACTED PARTY shall submit to FITEL the detailed content of the subjects to be discussed during training, at the time requested by FITEL during the TRANSPORT NETWORK INVESTMENT PERIOD; FITEL reserves the right to observe such content and make modifications.

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

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

10.1.4. The CONTRACTED PARTY shall bear all costs involved in training: national and international fares, local transportation, accommodation, meals, departure taxes, instructors, materials, equipment (computers and audiovisual equipment) and others.

10.1.5. The CONTRACTED PARTY shall make the corresponding arrangements in such a way FITEL is authorized to deliver the material provided during third party training (FITEL or MTC personnel), directly or through a publication in the institutional internal network.

10.1.6. All participants will be awarded training certificates at the end of the course, according to the model presented by FITEL. The training does not lead to payment for these services from FITEL or designated participants; all of the relevant costs are incurred by the CONTRACTED PARTY.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 54 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

10.2. FACTORY TRAINING

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

10.2.2. Likewise, courses shall discuss mainly design and sizing topics related to the TRANSPORT NETWORK.

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

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

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

10.3. TRAINING IN PERU

10.3.1. Theoretical training

10.3.1.1. The Theoretical Training will be carried out in stages considering modules in Lima and in the capital of the Region where the AWARDED PROJECT is implemented, for a minimum of fifteen (15) people per module.

10.3.1.2. The CONTRACTED PARTY shall propose training modules related to:

In Lima, one hundred and forty (140) hours a) Fiber optic network, characteristics, sizing and design of the deployed network. b) BICSI certification course (includes access to the certification exam). c) Analysis of electromagnetic interference for laying the fiber on electric towers. d) Networking equipment, characteristics, sizing and design of the deployed network. e) MPLS network course. f) Certification course taught by the networking equipment manufacturer regarding network design (includes access to certification test). g) NMS, characteristics and use. h) Characteristics and design of the physical security system (cameras, sensors and access control). i) Servers and firewall characteristics. j) Construction characteristics and civil works strength calculations. k) Characteristics and sizing of the electrical part (HVAC and motor).

In the Region, one hundred (100) hours

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 55 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

a) Fiber optic network, characteristics, sizing and design of the deployed network. b) Networking equipment, characteristics, sizing and design of the deployed network. c) MPLS network course. d) Characteristics and design of the physical security system (cameras, sensors and access control). e) Construction characteristics and civil works strength calculations. f) Characteristics and sizing of the electrical part (HVAC and motor).

10.3.2. Practical training

10.3.2.1. The practical training shall be developed in situ, in the same deployed network, for a minimum of fifteen (15) people and a minimum duration of sixteen (16) hours per each group of five (05) people.

10.3.2.2. The topics that shall be necessarily addressed are:

a) Field measurements using OTDR, PMD/CD analyzer, missed link determination. This test will be made in groups, for a maximum of five (05) people per group. b) Review of the networking equipment installed on the Nodes and NOC, to complement local theoretical training. This test will be made in groups, for a maximum of five (05) people per group.

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

11. MONITORING DURING THE INVESTMENT PERIOD OF THE TRANSPORT NETWORK

11.1. GENERAL PROVISIONS

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

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 56 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

11.1.3. FITEL, or its representative, shall perform the appropriate SUPERVISION during the INVESTMENT PERIOD OF THE TRANSPORT NETWORK on the date established by FITEL. To this end, the CONTRACTED PARTY shall give the personnel designated by FITEL all the facilities to perform its supervisory role, in situ and/or remotely; besides, the CONTRACTED PARTY will appoint technical personnel to facilitate the execution of this activity. Also, the CONTRACTED PARTY shall send, at the request of FITEL, any information that they consider relevant to exercise their SUPERVISORY functions, in the time it is requested. In case of default, FITEL shall apply the corresponding penalties, according to the FINANCING AGREEMENT. Likewise, in case an observation is made and, at the time of carrying out the second supervision, the observation remains unaddressed, the CONTRACTED PARTY shall cover all the expenses incurred to perform a third supervision in order to verify that the observation was corrected.

11.1.4. FITEL reserves the right to request any information of a technical nature related to the TRANSPORT NETWORK during the term of the FINANCING AGREEMENT, with the CONTRACTED PARTY having to send the information requested within the time limit given to that end. The period granted shall be determined by FITEL taking into consideration the time that could take to prepare or gather such information.

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

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

11.1.7. FITEL may provide partial approval to the progress made during the INSTALLATION STAGE OF THE TRANSPORT NETWORK. In the latter case, partial compliance of progress will be provided through a TRANSPORT NETWORK SUPERVISION REPORT with a favorable opinion, although it may include any OBSERVATIONS, provided that the OBSERVATIONS do not compromise the performance of the TRANSPORT NETWORK. Each OBSERVATION shall be remedied by the CONTRACTED PARTY by preparing a detailed report of the activities carried out and, where appropriate, attaching the calibration certificates of the equipment used to that end.

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

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

11.1.9.1. Verify the operation of the TRANSPORT NETWORK.

11.1.9.2. Carry out personal or remote supervision.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 57 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

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

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

11.1.10.2. The CONTRACTED PARTY shall prepare a FACILITY PERFORMANCE TEST PROTOCOL containing the facility’s testing and physical inspection plan, as set out in this document. THE CONTRACTED PARTY shall present (in hard copy and digital format) this protocol for FITEL’s approval, as art of its GENERAL TECHNICAL PROPOSAL.

11.1.10.3. THE CONTRACTED PARTY shall prepare a FACILITY ACCEPTANCE TEST PROTOCOL, which will be presented (in hard copy and digital format) for FITEL’s approval as part of its FINAL TECHNICAL PROPOSAL. FITEL will use this protocol to verify the condition of the TRANSPORT NETWORK, for which the CONTRACTED PARTY shall provide all the facilities necessary and the corresponding support.

11.1.11. THE CONTRACTED PARTY shall prepare an OPERATION AND MAINTENANCE PLAN, which will set out the minimum requirements, guidelines and procedures for the operation and maintenance of the TRANSPORT NETWORK during the INVESTMENT PERIOD; such plan shall be approved by FITEL and contain at least the following:

11.1.11.1. Work plan, in which the CONTRACTED PARTY sets out the objectives to be fulfilled and the procedures for the operation and maintenance of the TRANSPORT NETWORK, determining the technical levels required for addressing the different levels of faults, as well as the human resources, materials and others required for the activities scheduled, apart from the risk mitigation plan in case of potential problems that may take place during the INTERIM PERIOD.

11.1.11.2. Hierarchical structure of the technical levels for the operation and maintenance of the TRANSPORT NETWORK, profile of each party involved, work groups, allocation of responsibilities and others.

11.1.11.3. Occupational Safety and Health Plan, which shall contain precautionary measures to carry out the preventive or corrective maintenance activities in the components of the TRANSPORT NETWORK infrastructure.

11.1.11.4. Schedule of TRANSPORT NETWORK preventive maintenance according to the maintenance policies of standard industry equipment and systems and the infrastructure manufacturer and supplier’s recommendations, in order to ensure the operability, performance and reliability of the components (optical nodes, fiber optic backbone, maintenance centers and network operation center) that comprise the TRANSPORT NETWORK.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 58 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

11.1.11.5. Procedure for executing the TRANSPORT NETWORK corrective maintenance in the event of situations affecting and/or breaking down the TRANSPORT NETWORK components.

11.2. REMOTE NETWORK MONITORING

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

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

11.2.2.1. core i7 processor, latest generation. 11.2.2.2. DDR 64 GB RAM Memory. 11.2.2.3. 1 TB Hard Disk. 11.2.2.4. 21” LED Monitor. 11.2.2.5. Three (03) USB v3.0 ports. 11.2.2.6. One (01) HDMI port. 11.2.2.7. Peripherals (mouse, keyboard). 11.2.2.8. Operating system Windows 10. 11.2.2.9. Suite Microsoft Office.

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

Table N° 3: Monitoring servers RAM Memory Minimum  Capacity of 128 GB Minimum  4 physical processors of 2.1 GHz Processor  Each physical processor shall operate with 16 cores. Data Transfer Interface Minimum  Serial Attached SCSI 2 (SAS) Memory cache  30 MB L3 Distribution Minimum  The server shall be mountable and scalable Operating Procedure  Hot – swap Energy (Server)  Power: CA 100 - 240 V 50 / 60 Hz Storage capacity Minimum  Capacity of 8TB Data Transfer interface  Serial Attached SCSI 2 (SAS) Network connection Minimum  Two (2) 10G Ethernet ports Connectivity ports Minimum  Four (4) USB v3.0 ports Minimum  Each processor shall have its own ventilation Ventilation system cooler.  Ventilation installed on the case. Drives Minimum  DVD-ROM

11.2.4. This server shall be able to monitor the output ports of the TRANSPORT NETWORK in order to process the IP packet traffic generated on the network

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 59 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

and store all relevant information. Also, the Network Management System (NMS) shall have interconnection capacity or periodic sending of data to this server (using standard protocols such as FTP, SNMP, SYSLOG, NFS) of the variables, KPI, counters, alarms or parameters that allow generating logs for all alarms, additional parameters, counters, alarms or parameters to be stored on the aforementioned server. It shall be made clear that:

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

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

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

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

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

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

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

11.2.9. The proposal of features to be implemented for what is requested in this section shall be submitted by the CONTRACTED PARTY as part of their FINAL TECHNICAL PROPOSAL. FITEL may make changes to the proposal presented, in order to give the respective approval for implementation.

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

12. CONTRACTED PARTY’S PERSONNEL

12.1. The CONTRACTED PARTY shall ensure it has enough personnel available to meets its obligations assumed in the FINANCING AGREEMENT, considering at least the personnel indicated in Appendix N° 7. Such personnel shall be duly qualified according to the applicable legislation. Similarly, the CONTRACTED PARTY shall be responsible for paying for any obligation or occupational benefit due to the employees of APPENDIX N° 7.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 60 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

12.2. The CONTRACTED PARTY shall be responsible for any labor obligations derived from its condition as an employer, as well as for any other obligation arising from the application of social security laws, funds or other applicable provisions.

13. SUPPLEMENTARY DOCUMENTATION

13.1. General provisions

13.1.1. This section refers to the documents and deadlines the CONTRACTED PARTY has to deliver the documentation FITEL needs to properly monitor and supervise the AWARDED PROJECT, as set out in Appendix N° 2: terms and obligations of supplementary documents. SUPPLEMENTARY DOCUMENTS TERMS AND OBLIGATIONS. Failure to submit the documents indicated in Appendix No. will result in a penalty under the FINANCING AGREEMENT.

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

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

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

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

14. APPENDICES

 Appendix No. 1-A: LIST OF TRANSPORT NETWORK NODES.  Appendix No. 1-B: LIST OF OPTICAL NODES WITH PHYSICAL REDUNDANCY BY DIVERSE ROUTES.  Appendix No. 1-C: LIST OF TRANSPORT NETWORK MAINTENANCE CENTERS.  Appendix No. 1-D: DIAGRAM OF THE TRANSPORT NETWORK, SUPPORTING INFRASTRUCTURE NODES.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 61 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

 Appendix No. 2: SUPPLEMENTARY DOCUMENTS TERMS AND OBLIGATIONS.  Appendix No. 3: MINIMUM CONTENT OF GENERAL TECHNICAL PROPOSAL, FINAL TECHNICAL PROPOSAL AND TECHNICAL FILE.  Appendix No. 4-A: COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK  Appendix No. 4-B: COMPLIANCE CERTIFICATE OF FACILITIES AND SERVICES TEST OF THE TRANSPORT NETWORK  Appendix No. 5: LAND AND/OR PROPERTY ACQUISITION PROCEDURE  Appendix No. 6: MINIMUM SPARE PARTS CONTENT FOR EACH MAINTENANCE CENTER.  Appendix No. 7: Of the CONTRACTED PARTY personnel

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 62 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

ÁNCASH

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

DISTR PROVINCI TYPE OF OPTICAL HEIGHT ICT No. CodINEI2015 REGION PROVINCE DISTRICT LOCALITY AL NODE (REGIONAL SOURCE LONGITUDE LATITUDE (m.a.l.s CAPIT CAPITAL PROJECT) AL .) 1 0201010001 ANCASH HUARAZ HUARAZ HUARAZ YES YES AGGREGATION FIELD -77.52626 -9.53187 3038 2 0201020001 ANCASH HUARAZ COCHABAMBA COCHABAMBA YES Distribution FIELD -77.85964 -9.49329 2213 3 0201030001 ANCASH HUARAZ COLCABAMBA COLCABAMBA YES Distribution FIELD -77.80888 -9.59540 3150 4 0201040001 ANCASH HUARAZ HUANCHAY HUANCHAY YES Distribution FIELD -77.81899 -9.72418 2592 5 0201050001 ANCASH HUARAZ INDEPENDENCIA CENTENARIO YES Distribution FIELD -77.52845 -9.51853 3023 6 0201060001 ANCASH HUARAZ JANGAS JANGAS YES Distribution FIELD -77.57777 -9.39695 2809 7 0201070001 ANCASH HUARAZ LA LIBERTAD CAJAMARQUILLA YES Distribution FIELD -77.74198 -9.63293 3350 8 0201080001 ANCASH HUARAZ OLLEROS OLLEROS YES Distribution FIELD -77.46379 -9.66651 3457 9 0201090001 ANCASH HUARAZ PAMPAS GRANDE PAMPAS GRANDE YES Distribution FIELD -77.82680 -9.65535 3642 10 0201100001 ANCASH HUARAZ PARIACOTO PARIACOTO YES Distribution FIELD -77.88939 -9.56204 1221 11 0201110001 ANCASH HUARAZ PIRA PIRA YES Distribution FIELD -77.70787 -9.58131 3580 12 0201120001 ANCASH HUARAZ TARICA TARICA YES Distribution FIELD -77.58084 -9.38587 2799 13 0202010001 ANCASH AIJA AIJA AIJA YES YES AGGREGATION FIELD -77.60952 -9.78100 3427 14 0202020001 ANCASH AIJA CORIS CORIS YES Distribution FIELD -77.71808 -9.82017 2763 15 0202030001 ANCASH AIJA HUACLLAN HUACLLAN YES Distribution FIELD -77.67622 -9.79696 3019 16 0202040001 ANCASH AIJA LA MERCED LA MERCED YES Distribution FIELD -77.61598 -9.73652 3326 17 0202050001 ANCASH AIJA SUCCHA SUCCHA YES Distribution FIELD -77.64935 -9.82312 3147 ANTONIO YES FIELD 18 0203010001 ANCASH LLAMELLIN LLAMELLIN YES AGGREGATION -77.01742 -9.10242 3457 RAYMONDI ANTONIO YES FIELD 19 0203020001 ANCASH ACZO ACZO Distribution -76.99098 -9.15159 2657 RAYMONDI ANTONIO YES FIELD 20 0203030001 ANCASH CHACCHO CHACCHO Distribution -77.05707 -9.05865 3323 RAYMONDI ANTONIO YES FIELD 21 0203040001 ANCASH CHINGAS CHINGAS Distribution -76.99219 -9.12078 2911 RAYMONDI ANTONIO YES FIELD 22 0203050001 ANCASH MIRGAS MIRGAS Distribution -77.09355 -9.07885 3105 RAYMONDI ANTONIO SAN JUAN DE SAN JUAN DE YES FIELD 23 0203060001 ANCASH Distribution -77.00217 -9.17541 3500 RAYMONDI RONTOY RONTOY 24 0204010001 ANCASH ASUNCION CHACAS YES YES AGGREGATION FIELD -77.36643 -9.15837 3336 25 0204020001 ANCASH ASUNCION ACOCHACA ACOCHACA YES Distribution FIELD -77.36798 -9.11536 2980 26 0205010001 ANCASH BOLOGNESI CHIQUIAN CHIQUIAN YES YES AGGREGATION FIELD -77.15353 -10.15239 3401 ABELARDO PARDO YES FIELD 27 0205020001 ANCASH BOLOGNESI LLACLLA Distribution -77.14526 -10.30187 2204 LEZAMETA ANTONIO YES FIELD 28 0205030001 ANCASH BOLOGNESI RAQUIA Distribution -77.46747 -10.15887 2114 RAYMONDI 29 0205040001 ANCASH BOLOGNESI AQUIA AQUIA YES Distribution FIELD -77.14737 -10.07539 3382 30 0205050001 ANCASH BOLOGNESI CAJACAY CAJACAY YES Distribution FIELD -77.43707 -10.15477 2562 31 0205060001 ANCASH BOLOGNESI CANIS CANIS YES Distribution FIELD -77.17004 -10.33886 2502 32 0205070001 ANCASH BOLOGNESI COLQUIOC CHASQUITAMBO YES Distribution FIELD -77.61320 -10.31440 744 33 0205080001 ANCASH BOLOGNESI HUALLANCA HUALLANCA YES Distribution FIELD -76.94389 -9.89615 3641 34 0205090001 ANCASH BOLOGNESI HUASTA HUASTA YES Distribution FIELD -77.14615 -10.12412 3365 35 0205100001 ANCASH BOLOGNESI HUAYLLACAYAN HUAYLLACAYAN NO Distribution FIELD -77.43553 -10.24434 3259 36 0205110001 ANCASH BOLOGNESI LA PRIMAVERA GORGORILLO YES Distribution FIELD -77.12608 -10.33624 2624 37 0205120001 ANCASH BOLOGNESI MANGAS MANGAS YES Distribution FIELD -77.10403 -10.36930 3449 38 0205130001 ANCASH BOLOGNESI PACLLON PACLLON YES Distribution FIELD -77.07101 -10.23405 3244 SAN MIGUEL DE YES FIELD 39 0205140001 ANCASH BOLOGNESI CORPANQUI Distribution -77.20001 -10.28520 3395 CORPANQUI 40 0205150001 ANCASH BOLOGNESI TICLLOS TICLLOS YES Distribution FIELD -77.19147 -10.25255 3650 41 0206010001 ANCASH CARHUAZ CARHUAZ CARHUAZ YES YES AGGREGATION FIELD -77.64216 -9.27931 2632 42 0206020001 ANCASH CARHUAZ ACOPAMPA ACOPAMPA YES Distribution FIELD -77.62564 -9.29477 2691 43 0206030001 ANCASH CARHUAZ AMASHCA AMASHCA YES Distribution FIELD -77.64924 -9.23991 2878 44 0206050001 ANCASH CARHUAZ ATAQUERO CARHUAC YES Distribution FIELD -77.69120 -9.26057 2739 45 0206060001 ANCASH CARHUAZ MARCARA MARCARA YES Distribution FIELD -77.60345 -9.32247 2757 46 0206070001 ANCASH CARHUAZ PARIAHUANCA PARIAHUANCA YES Distribution FIELD -77.58082 -9.36512 2785 SAN MIGUEL DE YES FIELD 47 0206080001 ANCASH CARHUAZ ACO Distribution -77.56446 -9.36839 2940 ACO 48 0206090001 ANCASH CARHUAZ SHILLA SHILLA YES Distribution FIELD -77.62491 -9.23159 3014 49 0206100001 ANCASH CARHUAZ TINCO TINCO YES Distribution FIELD -77.67843 -9.26957 2581 50 0206110001 ANCASH CARHUAZ YUNGAR YUNGAR YES Distribution FIELD -77.59174 -9.37864 2836 CARLOS YES FIELD FERMÍN 51 0207010001 ANCASH SAN LUIS SAN LUIS YES AGGREGATION -77.32745 -9.09347 3079 FITZCARRA LD CARLOS YES FIELD FERMÍN 52 0207020001 ANCASH SAN NICOLAS SAN NICOLAS Distribution -77.18963 -8.97593 2758 FITZCARRA LD CARLOS YES FIELD FERMÍN 53 0207030001 ANCASH YAUYA YAUYA Distribution -77.29118 -8.99128 3164 FITZCARRA LD 54 0208010001 ANCASH CASMA CASMA CASMA YES YES AGGREGATION FIELD -78.30410 -9.47858 45 55 0208020001 ANCASH CASMA BUENA VISTA ALTA BUENA VISTA ALTA YES Distribution FIELD -78.20734 -9.43391 216 56 0208030001 ANCASH CASMA COMANDANTE PUERTO CASMA YES Distribution FIELD -78.38030 -9.46210 4

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 63 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DISTR PROVINCI TYPE OF OPTICAL HEIGHT ICT No. CodINEI2015 REGION PROVINCE DISTRICT LOCALITY AL NODE (REGIONAL SOURCE LONGITUDE LATITUDE (m.a.l.s CAPIT CAPITAL PROJECT) AL .) NOEL 57 0208040001 ANCASH CASMA YAUTAN YAUTAN YES Distribution FIELD -77.99506 -9.51037 806 58 0209010001 ANCASH CORONGO CORONGO CORONGO YES YES AGGREGATION FIELD -77.89882 -8.57111 3173 59 0209020001 ANCASH CORONGO ACO ACO YES DISTRIBUTION FIELD -77.87678 -8.52111 3106 60 0209030001 ANCASH CORONGO BAMBAS BAMBAS YES DISTRIBUTION FIELD -77.99623 -8.60239 3002 61 0209040001 ANCASH CORONGO CUSCA CUSCA YES DISTRIBUTION FIELD -77.86470 -8.51312 3241 62 0209050001 ANCASH CORONGO LA PAMPA LA PAMPA YES DISTRIBUTION FIELD -77.90244 -8.66101 1784 63 0209060001 ANCASH CORONGO YANAC YANAC YES DISTRIBUTION FIELD -77.86494 -8.61828 2885 64 0209070001 ANCASH CORONGO YUPAN YUPAN YES DISTRIBUTION FIELD -77.96826 -8.61563 2728 65 0210010001 ANCASH HUARI HUARI HUARI YES YES AGGREGATION FIELD -77.16956 -9.34550 3110 66 0210020001 ANCASH HUARI ANRA ANRA YES DISTRIBUTION FIELD -76.92742 -9.23402 3203 67 0210030001 ANCASH HUARI CAJAY CAJAY YES DISTRIBUTION FIELD -77.15910 -9.32157 3175 CHAVIN DE CHAVIN DE YES DISTRIBUTION FIELD 68 0210040001 ANCASH HUARI -77.17625 -9.58582 3141 HUANTAR HUANTAR 69 0210050001 ANCASH HUARI HUACACHI HUACACHI YES DISTRIBUTION FIELD -76.94138 -9.31460 3432 70 0210060001 ANCASH HUARI HUACCHIS HUACCHIS YES DISTRIBUTION FIELD -76.78594 -9.20125 3465 71 0210070001 ANCASH HUARI HUACHIS HUACHIS YES DISTRIBUTION FIELD -77.09777 -9.40777 3243 72 0210080001 ANCASH HUARI HUANTAR HUANTAR YES DISTRIBUTION FIELD -77.17456 -9.45070 3353 73 0210090001 ANCASH HUARI MASIN MASIN YES DISTRIBUTION FIELD -77.09616 -9.36574 2552 74 0210100001 ANCASH HUARI PAUCAS PAUCAS YES DISTRIBUTION FIELD -76.89738 -9.15324 3424 75 0210110001 ANCASH HUARI PONTO PONTO YES DISTRIBUTION FIELD -77.00360 -9.32692 3115 76 0210120001 ANCASH HUARI RAHUAPAMPA RAHUAPAMPA YES DISTRIBUTION FIELD -77.07835 -9.36096 2510 77 0210130001 ANCASH HUARI RAPAYAN RAPAYAN YES DISTRIBUTION FIELD -76.75940 -9.20184 3239 78 0210140001 ANCASH HUARI SAN MARCOS SAN MARCOS YES DISTRIBUTION FIELD -77.15530 -9.51735 2956 SAN PEDRO DE YES DISTRIBUTION FIELD 79 0210150001 ANCASH HUARI CHANA -77.01077 -9.40228 3385 CHANA 80 0210160001 ANCASH HUARI UCO UCO YES DISTRIBUTION FIELD -76.92924 -9.18847 3348 81 0211010001 ANCASH HUARMEY HUARMEY HUARMEY YES YES AGGREGATION FIELD -78.15755 -10.05050 12 82 0211020001 ANCASH HUARMEY COCHAPETI COCHAPETI YES DISTRIBUTION FIELD -77.64451 -9.98609 3494 LA CALETA YES DISTRIBUTION FIELD 83 0211030001 ANCASH HUARMEY CULEBRAS -78.22281 -9.95085 21 CULEBRAS 84 0211040001 ANCASH HUARMEY HUAYAN HUAYAN YES DISTRIBUTION FIELD -77.70793 -9.87477 2693 85 0211050001 ANCASH HUARMEY MALVAS MALVAS YES DISTRIBUTION FIELD -77.65983 -9.93185 3126 86 0212010001 ANCASH HUAYLAS CARAZ CARAZ YES YES AGGREGATION FIELD -77.80302 -9.05199 2278 87 0212020001 ANCASH HUAYLAS HUALLANCA HUALLANCA YES DISTRIBUTION FIELD -77.86164 -8.81907 1358 88 0212030001 ANCASH HUAYLAS HUATA HUATA YES DISTRIBUTION FIELD -77.86138 -9.01473 2723 89 0212040001 ANCASH HUAYLAS HUAYLAS HUAYLAS YES DISTRIBUTION FIELD -77.89040 -8.86950 2691 90 0212050001 ANCASH HUAYLAS MATO SUCRE YES DISTRIBUTION FIELD -77.84180 -8.96145 2234 91 0212060001 ANCASH HUAYLAS PAMPAROMAS PAMPAROMAS YES DISTRIBUTION FIELD -77.98550 -9.07415 2742 92 0212070001 ANCASH HUAYLAS PUEBLO LIBRE SAN JUAN YES DISTRIBUTION FIELD -77.80272 -9.11116 2488 93 0212080001 ANCASH HUAYLAS SANTA CRUZ HUARIPAMPA NO DISTRIBUTION FIELD -77.81464 -8.95083 2868 94 0212090001 ANCASH HUAYLAS SANTO TORIBIO SANTO TORIBIO YES DISTRIBUTION FIELD -77.91411 -8.86425 2919 95 0212100001 ANCASH HUAYLAS YURACMARCA YURACMARCA YES DISTRIBUTION FIELD -77.90388 -8.73714 1483 MARISCAL FIELD 96 0213010001 ANCASH PISCOBAMBA PISCOBAMBA YES NO AGGREGATION -77.35709 -8.86418 3371 LUZURIAGA MARISCAL DISTRIBUTION FIELD 97 0213020001 ANCASH CASCA CASCA NO -77.39788 -8.85533 3139 LUZURIAGA MARISCAL ELEAZAR GUZMAN DISTRIBUTION FIELD 98 0213030001 ANCASH PAMPACHACRA NO -77.24599 -8.90198 2922 LUZURIAGA BARRON MARISCAL FIDEL OLIVAS DISTRIBUTION FIELD 99 0213040001 ANCASH SANACHGAN YES -77.28148 -8.80602 2905 LUZURIAGA ESCUDERO MARISCAL DISTRIBUTION FIELD 100 0213050001 ANCASH LLAMA LLAMA NO -77.30164 -8.91237 2829 LUZURIAGA MARISCAL DISTRIBUTION FIELD 101 0213060001 ANCASH LLUMPA LLUMPA NO -77.36638 -8.96242 3160 LUZURIAGA MARISCAL YES DISTRIBUTION FIELD 102 0213070001 ANCASH LUCMA LUCMA -77.41080 -8.91799 3053 LUZURIAGA MARISCAL YES DISTRIBUTION FIELD 103 0213080001 ANCASH MUSGA MUSGA -77.33935 -8.90612 3028 LUZURIAGA 104 0214010001 ANCASH OCROS OCROS OCROS YES YES AGGREGATION FIELD -77.39781 -10.40500 3311 105 0214020001 ANCASH OCROS ACAS ACAS YES DISTRIBUTION FIELD -77.32722 -10.45785 3702 106 0214030001 ANCASH OCROS CAJAMARQUILLA CAJAMARQUILLA YES DISTRIBUTION FIELD -77.19968 -10.35403 3536 107 0214040001 ANCASH OCROS CARHUAPAMPA ACO YES DISTRIBUTION FIELD -77.24328 -10.49774 2276 108 0214050001 ANCASH OCROS COCHAS HUANCHAY YES DISTRIBUTION FIELD -77.42152 -10.53154 1365 109 0214060001 ANCASH OCROS CONGAS CONGAS YES DISTRIBUTION FIELD -77.44305 -10.33728 3137 110 0214070001 ANCASH OCROS LLIPA LLIPA YES DISTRIBUTION FIELD -77.19284 -10.39064 3029 SAN CRISTOBAL DE YES DISTRIBUTION FIELD 111 0214080001 ANCASH OCROS RAJAN -77.21834 -10.38722 3621 RAJAN 112 0214090001 ANCASH OCROS SAN PEDRO YES DISTRIBUTION FIELD -77.48679 -10.37234 2270 SANTIAGO DE SANTIAGO DE YES DISTRIBUTION FIELD 113 0214100001 ANCASH OCROS -77.36618 -10.43761 3654 CHILCAS CHILCAS 114 0215010001 ANCASH PALLASCA CABANA CABANA YES YES AGGREGATION FIELD -78.01014 -8.39230 3231 115 0215020001 ANCASH PALLASCA BOLOGNESI BOLOGNESI YES DISTRIBUTION FIELD -78.05109 -8.34967 2876 116 0215030001 ANCASH PALLASCA CONCHUCOS CONCHUCOS YES DISTRIBUTION FIELD -77.85292 -8.26869 3251 117 0215040001 ANCASH PALLASCA HUACASCHUQUE HUACASCHUQUE YES DISTRIBUTION FIELD -78.00446 -8.30936 3105 118 0215050001 ANCASH PALLASCA HUANDOVAL HUANDOVAL YES DISTRIBUTION FIELD -77.97613 -8.33156 2957 119 0215060001 ANCASH PALLASCA LACABAMBA LACABAMBA YES DISTRIBUTION FIELD -77.89866 -8.26021 3277 120 0215070001 ANCASH PALLASCA LLAPO LLAPO YES DISTRIBUTION FIELD -78.03909 -8.51478 3308 121 0215080001 ANCASH PALLASCA PALLASCA PALLASCA YES DISTRIBUTION FIELD -77.99858 -8.25220 3043 122 0215090001 ANCASH PALLASCA PAMPAS PAMPAS YES DISTRIBUTION FIELD -77.89558 -8.20210 3142 123 0215100001 ANCASH PALLASCA SANTA ROSA SANTA ROSA YES DISTRIBUTION FIELD -78.06712 -8.52800 2324 124 0215110001 ANCASH PALLASCA TAUCA TAUCA YES DISTRIBUTION FIELD -78.04335 -8.46646 3341 125 0216010001 ANCASH POMABAMBA POMABAMBA YES YES AGGREGATION FIELD -77.45918 -8.81818 3057

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 64 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DISTR PROVINCI TYPE OF OPTICAL HEIGHT ICT No. CodINEI2015 REGION PROVINCE DISTRICT LOCALITY AL NODE (REGIONAL SOURCE LONGITUDE LATITUDE (m.a.l.s CAPIT CAPITAL PROJECT) AL .) 126 0216020001 ANCASH POMABAMBA HUAYLLAN HUAYLLAN YES DISTRIBUTION FIELD -77.43601 -8.85816 2855 127 0216030001 ANCASH POMABAMBA PAROBAMBA PAROBAMBA YES DISTRIBUTION FIELD -77.43059 -8.69627 3251 128 0216040001 ANCASH POMABAMBA QUINUABAMBA QUINUABAMBA YES DISTRIBUTION FIELD -77.39826 -8.69663 3062 129 0217010001 ANCASH RECUAY RECUAY RECUAY YES YES AGGREGATION FIELD -77.45702 -9.71887 3398 130 0217020001 ANCASH RECUAY CATAC CATAC YES DISTRIBUTION FIELD -77.43320 -9.79340 3557 131 0217030001 ANCASH RECUAY COTAPARACO COTAPARACO YES DISTRIBUTION FIELD -77.58704 -9.99475 3023 132 0217040001 ANCASH RECUAY HUAYLLAPAMPA HUAYLLAPAMPA YES DISTRIBUTION FIELD -77.53676 -10.05616 2907 133 0217050001 ANCASH RECUAY LLACLLIN LLACLLIN YES DISTRIBUTION FIELD -77.62193 -10.06901 2993 134 0217060001 ANCASH RECUAY MARCA MARCA YES DISTRIBUTION FIELD -77.47453 -10.08592 2644 135 0217070001 ANCASH RECUAY PAMPAS CHICO PAMPAS CHICO YES DISTRIBUTION FIELD -77.39749 -10.11405 3520 136 0217080001 ANCASH RECUAY PARARIN PARARIN YES DISTRIBUTION FIELD -77.65360 -10.04783 3388 137 0217090001 ANCASH RECUAY TAPACOCHA TAPACOCHA YES DISTRIBUTION FIELD -77.57034 -10.01039 3617 138 0217100001 ANCASH RECUAY TICAPAMPA TICAPAMPA YES DISTRIBUTION FIELD -77.44440 -9.75674 3465 139 0218010001 ANCASH SANTA CHIMBOTE CHIMBOTE YES YES AGGREGATION FIELD -78.59483 -9.07430 13 140 0218020001 ANCASH SANTA CACERES DEL PERU JIMBE YES DISTRIBUTION FIELD -78.14191 -9.01879 1166 141 0218030001 ANCASH SANTA COISHCO COISHCO YES DISTRIBUTION FIELD -78.60800 -9.02169 39 142 0218040001 ANCASH SANTA MACATE MACATE YES DISTRIBUTION FIELD -78.06087 -8.76136 2717 143 0218050001 ANCASH SANTA MORO MORO YES DISTRIBUTION FIELD -78.16781 -9.13283 480 144 0218060001 ANCASH SANTA NEPEÑA NEPEÑA YES DISTRIBUTION FIELD -78.35743 -9.17276 141 145 0218070001 ANCASH SANTA SAMANCO SAMANCO YES DISTRIBUTION FIELD -78.49599 -9.26105 128 146 0218080001 ANCASH SANTA SANTA SANTA YES DISTRIBUTION FIELD -78.61172 -8.99179 21 147 0218090001 ANCASH SANTA NUEVO CHIMBOTE BUENOS AIRES YES DISTRIBUTION FIELD -78.52135 -9.12710 22 148 0219010001 ANCASH SIHUAS SIHUAS SIHUAS YES YES AGGREGATION FIELD -77.63646 -8.55260 2784 149 0219020001 ANCASH SIHUAS ACOBAMBA ACOBAMBA YES DISTRIBUTION FIELD -77.58119 -8.32597 3129 150 0219030001 ANCASH SIHUAS ALFONSO UGARTE ULLULLUCO YES DISTRIBUTION FIELD -77.42680 -8.45671 3227 151 0219050001 ANCASH SIHUAS CHINGALPO CHINGALPO YES DISTRIBUTION FIELD -77.59763 -8.33848 3187 152 0219060001 ANCASH SIHUAS HUAYLLABAMBA HUAYLLABAMBA YES DISTRIBUTION FIELD -77.56689 -8.53493 3377 153 0219070001 ANCASH SIHUAS QUICHES QUICHES YES DISTRIBUTION FIELD -77.49142 -8.39465 2998 154 0219080001 ANCASH SIHUAS RAGASH RAGASH YES DISTRIBUTION FIELD -77.66721 -8.53266 3528 155 0219090001 ANCASH SIHUAS SAN JUAN CHULLIN YES DISTRIBUTION FIELD -77.58141 -8.64671 2729 156 0219100001 ANCASH SIHUAS SICSIBAMBA UMBE YES DISTRIBUTION FIELD -77.53555 -8.62343 3115 157 0220010001 ANCASH YUNGAY YUNGAY YUNGAY YES YES AGGREGATION FIELD -77.74747 -9.14014 2463 158 0220020001 ANCASH YUNGAY CASCAPARA CASCAPARA YES DISTRIBUTION FIELD -77.71654 -9.22607 2801 159 0220030001 ANCASH YUNGAY MANCOS MANCOS YES DISTRIBUTION FIELD -77.70525 -9.18820 2482 160 0220040001 ANCASH YUNGAY MATACOTO MATACOTO YES DISTRIBUTION FIELD -77.74599 -9.17866 2528 161 0220050001 ANCASH YUNGAY QUILLO QUILLO YES DISTRIBUTION FIELD -78.04371 -9.33015 1238 162 0220060001 ANCASH YUNGAY RANRAHIRCA RANRAHIRCA YES DISTRIBUTION FIELD -77.72409 -9.17471 2470 163 0220070001 ANCASH YUNGAY SHUPLUY SHUPLUY YES DISTRIBUTION FIELD -77.69567 -9.21486 2555 164 0220080001 ANCASH YUNGAY YANAMA YANAMA YES DISTRIBUTION FIELD -77.47089 -9.02033 3358

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 65 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

ANCASH

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

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CodINEI2010 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) 1 0201010001 ANCASH HUARAZ HUARAZ HUARAZ YES YES AGGREGATION 2 0201030001 ANCASH HUARAZ COLCABAMBA COLCABAMBA YES DISTRIBUTION 3 0201050001 ANCASH HUARAZ INDEPENDENCIA CENTENARIO YES DISTRIBUTION 4 0201060001 ANCASH HUARAZ JANGAS JANGAS YES DISTRIBUTION 5 0201070001 ANCASH HUARAZ LA LIBERTAD CAJAMARQUILLA YES DISTRIBUTION 6 0201110001 ANCASH HUARAZ PIRA PIRA YES DISTRIBUTION 7 0201120001 ANCASH HUARAZ TARICA TARICA YES DISTRIBUTION 8 0205030001 ANCASH BOLOGNESI ANTONIO RAYMONDI RAQUIA YES DISTRIBUTION 9 0205050001 ANCASH BOLOGNESI CAJACAY CAJACAY YES DISTRIBUTION 10 0205060001 ANCASH BOLOGNESI CANIS CANIS YES DISTRIBUTION 11 0205140001 ANCASH BOLOGNESI SAN MIGUEL DE CORPANQUI CORPANQUI YES DISTRIBUTION 12 0205150001 ANCASH BOLOGNESI TICLLOS TICLLOS YES DISTRIBUTION 13 0206010001 ANCASH CARHUAZ CARHUAZ CARHUAZ YES YES AGGREGATION 14 0206020001 ANCASH CARHUAZ ACOPAMPA ACOPAMPA YES DISTRIBUTION 15 0206050001 ANCASH CARHUAZ ATAQUERO CARHUAC YES DISTRIBUTION 16 0206060001 ANCASH CARHUAZ MARCARA MARCARA YES DISTRIBUTION 17 0206100001 ANCASH CARHUAZ TINCO TINCO YES DISTRIBUTION 18 0206110001 ANCASH CARHUAZ YUNGAR YUNGAR YES DISTRIBUTION 19 0208040001 ANCASH CASMA YAUTAN YAUTAN YES DISTRIBUTION 20 0212020001 ANCASH HUAYLAS HUALLANCA HUALLANCA YES DISTRIBUTION 21 0212050001 ANCASH HUAYLAS MATO SUCRE YES DISTRIBUTION 22 0214010001 ANCASH OCROS OCROS OCROS YES YES AGGREGATION 23 0214030001 ANCASH OCROS CAJAMARQUILLA CAJAMARQUILLA YES DISTRIBUTION 24 0214060001 ANCASH OCROS CONGAS CONGAS YES DISTRIBUTION 25 0217070001 ANCASH RECUAY PAMPAS CHICO PAMPAS CHICO YES DISTRIBUTION 26 0218060001 ANCASH SANTA NEPEÑA NEPEÑA YES DISTRIBUTION 27 0220010001 ANCASH YUNGAY YUNGAY YUNGAY YES YES AGGREGATION 28 0220030001 ANCASH YUNGAY MANCOS MANCOS YES DISTRIBUTION 29 0220060001 ANCASH YUNGAY RANRAHIRCA RANRAHIRCA YES DISTRIBUTION 30 0220070001 ANCASH YUNGAY SHUPLUY SHUPLUY YES DISTRIBUTION

ANCASH

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

No. CodINEI2015 DEPARTMENT PROVINCE 1 0205010001 ANCASH BOLOGNESI 2 0210020001 ANCASH HUARI 3 0216030001 ANCASH POMABAMBA 4 0215010001 ANCASH PALLASCA 5 0218010001 ANCASH SANTA 6 0201010001 ANCASH HUARAZ

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 66 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

ANCASH

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 67 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DIAGRAMA DE LA RED DE PALLASCA DIAGRAM OF TRANSPORT REGIONALPROYECTO PROYECTREGIONAL ANCASHANCASH PAMPAS TRANSPORTE, NODOS E 1.3 km NETWORK, SUPPORTING LEYENDA HUACASCHUQUE 7.5 km INFRAESTRUCTURAINFRASTRUCTURE DE NODES SOPORTE LEGEND 4.8 km 10.4 km 1.6 km 3.4 km ANCASH REGION CoreNodo Node Core (Regional (Capital RegionalCapital) ) LACABAMBA 5.3 km REGION ANCASH PRNodo Aggregation de Agregación Node –PR Distribution – Nodo de Node Distribución RDNFO RDNFO 3.4 km CONCHUCOS PR Distribution Node HUANDOVAL Nodo de DIstribución PR 3.8 km QUICHES ConnectionNodo de Conexión node RDNFO RDNFO 5.1 km ACOBAMBA 2.5 km HighAlta voltageTensión 6 km 4.3 km BOLOGNESI 2.6 km MediumMedia T voltageensión CUSCA ACO 1.2 km 3.1 km CABANA 3.6 km RoadRed Vsystemíal 14.9 km 19.3 km 22.3 km PR:PR REGIONAL: PROYECTO PROJECT REGIONAL 9.5 km 2.7 km CORONGO 0.6 km 1.1 km RDNFO:RDNFO NATIONAL: RED DORSAL FIBER NACIONAL OPTIC BACKBONE DE FIBRA NETWORK OPTICA 8.5 km HUAYLLABAMBA 1.4 km CHINGALPO 5.3 km 10.5 km TAUCA 4.8 km CASHAPAMPA 3.4 km YANAC ULLULLUCO 7.7 km 1.6 km LLAPO PAROBAMBA LA PAMPA RAGASH 14.3 km SIHUAS 4.8 km 5.4 km 5.8 km QUINUABAMBA 9.8 km 16.2 km 2.5 km UMBE 2.5 km 4.7 km 0.8 km SANACHGAN YUPAN POMABAMBA SANTA ROSA 11.8 km CHULLIN 3.3 km 8.5 km 5.1 km PISCOBAMBA CASCA HUAYLLAN 2 km SANTA LLAMA BAMBAS 5.53 km 3.5 km 4.8 km 18.7 km 2.4 km 9.4 km LLUMPA 3.7 km MUSGA COISHCO MACATE YURACMARCA SUCRE 9.2 km 6 km 58.8 km 32.4 km 18.7 km 3.8 km 2.2 km LUCMA 22 km 0.9 km 4.7 km PAMPACHACRA 8.4 km 2.5 km 2 km HUALLANCA 2.5 km 2.7 km HUATA 8.9 km 6.7 km 8.25 km 1 km 12.6 km 2 km 11.6 km 2.5 km HUARIPAMPA 19 km JIMBE 6.5 km 22.1 km HUAYLAS YANAMA YAUYA 2.9 km CARAZ 23.5 km SAN NICOLAS 28.9 km MIRGAS 2.72 km 2.9 km 3 km MORO 3.1 km 2.6 km 4.5 km SAN JUAN 8.5 km 0.83 km CHIMBOTE SAN LUIS PAMPAROMAS SANTO TORIBIO YUNGAY 6.5 km CHACCHO 4.2 km 9.4 km 21.5 km NEPEÑA ACOCHACA CHACAS 9.45 km RAPAYAN 2.7 km LLAMELLIN SAMANCO 0.6 km MATACOTO 4 km ACZO 2.6 km BUENOS AIRES 39.7 km RANRAHIRCA CHINGAS HUACCHIS 2.5 km 1.2 km 4.5 km PUERTO CASMA 15.6 km MANCOS 3.2 km 1 km 6.7 km 4.8 km 9.4 km 24.2 km 1.8 km SHUPLUY 4.8 km SAN JUAN DE RONTOY 4.9 km 4.1 km 2.8 km BUENA VISTA ALTA QUILLO 3 km 1.5 km PAUCAS CASCAPARA 5.3 km 4.5 km 40.7 km 1.4 km 5.9 km UCO 5.5 km CASMA CARHUAC 0.5 km 6.8 km ANRA TINCO YAUTAN HUACACHI 3.3 km 9.1 km 4.6 km CARHUAZ 1.2 km 3.9 km 3 km 2.6 km 13.6 km 5.3 km AMASHCA SHILLA 8.4 km 1.8 km PONTO RAHUAPAMPA 5.3 km ACOPAMPA 3 km 1.9 km COCHABAMBA 0.6 km MASIN 1.3 km MARCARA 5.9 km ANTA 5.5 km 7.1 km 3 km HUACHIS 2.6 km 7.1 km 6.7 km PARIACOTO 1 km CAJAY HUARI 3.5 km YUNGAR 6.4 km 26.8 km 3.1 km HUANTAR JANGAS COLCABAMBA 4.4 km 0.7 km TARICA PARIAHUANCA 26.2 km AQUIA 1.6 km 2.3 km 4.2 km CHANA 15 km 20 km 11.6 km 1.5 km 4.3 km 2.3 km 3.3 km HUALLANCA SAN MARCOS 3.8 km 8.5 km CENTENARIO 2.5 km HUARAZ ACO 6.8 km 8 km 19.8 km CHAVIN DE HUANTAR 3.5 km CAJAMARQUILLA PIRA 2.1 km PAMPAS RECUAY 1.7 km HUACLLAN LA MERCED 3.6 km 6.6 km OLLEROS 11.7 km 5.9 km HUASTA 1 km 2.8 km HUANCHAY CORIS 4.6 km 5.4 km TICAPAMPA 7 km 12.6 km MARCA 2 km 13.5 km 9.4 km 18.9 km 6.9 km 12.2 km CHIQUIAN PACLLON 0.9 km 12.8 km 51 km HUAYAN SUCCHA AIJA 38.8 km CATAC 2.7 km 6.5 km CALETA CULEBRAS COTAPARACO 5.4 km 7 km 15.4 km 24.1 km 0.7 km 4.5 km TAPACOCHA HUAYLLAPAMPA PAMPAS CHICO TICLLOS 4.9 km 3.8 km LLACLLA 12.1km 7 km 6 km CORPANQUI CAJACAY MALVAS COCHAPETI 2.1 km 2.3 km 2.8 km 0.9 km HUARMEY 5.9 km RAQUIA 3.4 km 5.3 km 4.9 km 2.4 km PARARIN 4.2 km GORGORILLO MANGAS CHASQUITAMBO 8.5 km HUANCHAY 1.1 km 16.9 km 4.8 km 3.5 km LLACLLIN CANIS 11.3 km HUAYLLACAYAN 34.6 km 2.8 km OCROS 7 km 1.5 km 12.7 km 6.7 km 29.7 km CAJAMARQUILLA COPA CONGAS 5.9 km 3.7 km

2 km SANTIAGO DE CHILCAS 0.6 km LLIPA 1.3 km 5.2 km RAJAN 14.8 km

ACAS ACO

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 68 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

AREQUIPA

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

TYPE OF OPTICAL PROVINCIAL DISTRICT HEIGHT No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.l.s.) (REGIONAL PROJECT) ALTO SELVA DISTRIBUTION 1 0401020001 AREQUIPA AREQUIPA SELVA ALEGRE NO YES FIELD -71.520540 -16.379900 2,483 ALEGRE NODE CORE NODE 2 0401010001 AREQUIPA AREQUIPA AREQUIPA AREQUIPA YES YES (CONECCTION MED-GPS -71.536958 -16.398930 2,347 TO RDNFO) DISTRIBUTION 3 0401030001 AREQUIPA AREQUIPA CAYMA CAYMA NO YES FIELD -71.545520 -16.381530 2,411 NODE CERRO DISTRIBUTION 4 0401040001 AREQUIPA AREQUIPA LA LIBERTAD NO YES MED-GPS -71.560411 -16.376736 2,409 COLORADO NODE DISTRIBUTION 5 0401050001 AREQUIPA AREQUIPA CHARACATO CHARACATO NO YES MED-GPS -71.483897 -16.468527 2,472 NODE DISTRIBUTION 6 0401060001 AREQUIPA AREQUIPA CHIGUATA CHIGUATA NO YES MED-GPS -71.392222 -16.402803 2,966 NODE JACOBO JACOBO DISTRIBUTION 7 0401070001 AREQUIPA AREQUIPA NO YES MED-GPS -71.558582 -16.441064 2,266 HUNTER HUNTER NODE JOSE LUIS CIUDAD DISTRIBUTION 8 0401290001 AREQUIPA AREQUIPA BUSTAMANTE Y NO YES MED-GPS -71.523812 -16.427734 2,346 SATELITE NODE RIVERO DISTRIBUTION 9 0401080001 AREQUIPA AREQUIPA LA JOYA LA JOYA NO YES MED-GPS -71.817970 -16.423483 1,630 NODE MARIANO MARIANO DISTRIBUTION 10 0401090001 AREQUIPA AREQUIPA NO YES FIELD -71.506400 -16.400260 2,413 MELGAR MELGAR NODE DISTRIBUTION 11 0401100001 AREQUIPA AREQUIPA MIRAFLORES MIRAFLORES NO YES FIELD -71.522200 -16.394240 2,416 NODE DISTRIBUTION 12 0401110001 AREQUIPA AREQUIPA MOLLEBAYA MOLLEBAYA NO YES MED-GPS -71.466615 -16.487478 2,514 NODE DISTRIBUTION 13 0401120001 AREQUIPA AREQUIPA PAUCARPATA PAUCARPATA NO YES MED-GPS -71.504282 -16.432872 2,425 NODE DISTRIBUTION 14 0401130001 AREQUIPA AREQUIPA POCSI POCSI NO YES MED-GPS -71.389504 -16.518900 3,057 NODE 15 0401140001 AREQUIPA AREQUIPA POLOBAYA POLOBAYA NO YES DISTRIBUTION MED-GPS -71.368882 -16.566206 3,104

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 69 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

TYPE OF OPTICAL PROVINCIAL DISTRICT HEIGHT No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.l.s.) (REGIONAL PROJECT) GRANDE NODE DISTRIBUTION 16 0401150001 AREQUIPA AREQUIPA QUEQUEÑA QUEQUEÑA NO YES MED-GPS -71.450962 -16.557350 2,567 NODE DISTRIBUTION 17 0401160001 AREQUIPA AREQUIPA SABANDIA SABANDIA NO YES MED-GPS -71.494559 -16.456710 2,404 NODE DISTRIBUTION 18 0401170001 AREQUIPA AREQUIPA SACHACA SACHACA NO YES FIELD -71.564660 -16.422620 2,248 NODE SAN JUAN DE DISTRIBUTION 19 0401180001 AREQUIPA AREQUIPA TAMBILLO NO YES MED-GPS -72.126976 -16.349075 1,296 SIGUAS NODE SAN JUAN DE DISTRIBUTION 20 0401190001 AREQUIPA AREQUIPA TARUCANI NO YES MED-GPS -71.060507 -16.183654 4,206 TARUCANI NODE SANTA ISABEL SANTA ISABEL DISTRIBUTION 21 0401200001 AREQUIPA AREQUIPA NO YES MED-GPS -72.101627 -16.320729 1,358 DE SIGUAS DE SIGUAS NODE SANTA RITA DE SANTA RITA DE DISTRIBUTION 22 0401210001 AREQUIPA AREQUIPA NO YES MED-GPS -72.093809 -16.494007 1,278 SIGUAS SIGUAS NODE DISTRIBUTION 23 0401220001 AREQUIPA AREQUIPA SOCABAYA SOCABAYA NO YES MED-GPS -71.528799 -16.467425 2,319 NODE DISTRIBUTION 24 0401230001 AREQUIPA AREQUIPA TIABAYA TIABAYA NO YES FIELD -71.591260 -16.449590 2,177 NODE DISTRIBUTION 25 0401240001 AREQUIPA AREQUIPA UCHUMAYO UCHUMAYO NO YES MED-GPS -71.672719 -16.425153 1,967 NODE DISTRIBUTION 26 0401250001 AREQUIPA AREQUIPA VITOR VITOR NO YES MED-GPS -71.935416 -16.465704 1,177 NODE DISTRIBUTION 27 0401260001 AREQUIPA AREQUIPA YANAHUARA YANAHUARA NO YES FIELD -71.542050 -16.387400 2,376 NODE DISTRIBUTION 28 0401270001 AREQUIPA AREQUIPA YARABAMBA YARABAMBA NO YES MED-GPS -71.475234 -16.547197 2,466 NODE DISTRIBUTION 29 0401280002 AREQUIPA AREQUIPA YURA CONO NORTE NO NO MED-GPS -71.614978 -16.310152 2,643 NODE DISTRIBUTION 30 0401280001 AREQUIPA AREQUIPA YURA YURA NO YES MED-GPS -71.705982 -16.246819 2,469 NODE DISTRIBUTION 31 0402010001 AREQUIPA CAMANA CAMANA CAMANA YES YES MED-GPS -72.711613 -16.624918 16 NODE JOSE MARIA DISTRIBUTION 32 0402020001 AREQUIPA CAMANA EL CARDO NO YES MED-GPS -72.727262 -16.602655 24 QUIMPER NODE MARIANO DISTRIBUTION 33 0402030001 AREQUIPA CAMANA URASQUI NO YES MED-GPS -73.174114 -16.031399 363 NICOLAS NODE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 70 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

TYPE OF OPTICAL PROVINCIAL DISTRICT HEIGHT No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.l.s.) (REGIONAL PROJECT) VALCARCEL MARISCAL CONNECCTION 34 0402040009 AREQUIPA CAMANA PUCCHUN NO NO MED-GPS -72.772606 -16.601523 25 CACERES NODE MARISCAL DISTRIBUTION 35 0402040001 AREQUIPA CAMANA SAN JOSE NO YES MED-GPS -72.736076 -16.619635 15 CACERES NODE NICOLAS DE DISTRIBUTION 36 0402050001 AREQUIPA CAMANA SAN GREGORIO NO YES MED-GPS -72.714463 -16.572053 75 PIEROLA NODE DISTRIBUTION 37 0402060001 AREQUIPA CAMANA OCOÑA OCOÑA NO YES MED-GPS -73.104929 -16.431479 16 NODE DISTRIBUTION 38 0402070001 AREQUIPA CAMANA QUILCA QUILCA NO YES MED-GPS -72.426158 -16.717516 76 NODE SAMUEL DISTRIBUTION 39 0402080001 AREQUIPA CAMANA LA PAMPA NO YES MED-GPS -72.699346 -16.613986 23 PASTOR NODE DISTRIBUTION 40 0403020001 AREQUIPA CARAVELI ACARI ACARI NO YES MED-GPS -74.616926 -15.435782 161 NODE DISTRIBUTION 41 0403030001 AREQUIPA CARAVELI ATICO ATICO NO YES MED-GPS -73.623230 -16.208412 84 NODE CONNECCTION 42 0403030002 AREQUIPA CARAVELI ATICO LA FLORIDA NO NO MED-GPS -73.613748 -16.226841 31 NODE DISTRIBUTION 43 0403040001 AREQUIPA CARAVELI ATIQUIPA ATIQUIPA NO YES MED-GPS -74.363586 -15.795824 314 NODE DISTRIBUTION 44 0403050001 AREQUIPA CARAVELI BELLA UNION BELLA UNION NO YES MED-GPS -74.657812 -15.450242 209 NODE DISTRIBUTION 45 0403060001 AREQUIPA CARAVELI CAHUACHO CAHUACHO NO YES MED-GPS -73.479715 -15.503084 3,409 NODE AGGREGATION NODE 46 0403010001 AREQUIPA CARAVELI CARAVELI CARAVELI YES YES MED-GPS -73.365409 -15.772138 1,766 (CONECCTION TO RDNFO) DISTRIBUTION 47 0403070001 AREQUIPA CARAVELI CHALA CHALA NO YES MED-GPS -74.246757 -15.865952 20 NODE DISTRIBUTION 48 0403080001 AREQUIPA CARAVELI CHAPARRA ACHANIZO NO YES MED-GPS -73.966732 -15.805089 585 NODE PUEBLO VIEJO CONNECCTION 49 0403080008 AREQUIPA CARAVELI CHAPARRA NO NO MED-GPS -73.861932 -15.738818 1,093 (CHAPARRA) NODE CONNECCTION 50 0403090011 AREQUIPA CARAVELI HUANUHUANU MOLLEHUACA NO NO MED-GPS -74.030686 -15.625009 1,383 NODE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 71 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

TYPE OF OPTICAL PROVINCIAL DISTRICT HEIGHT No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.l.s.) (REGIONAL PROJECT) DISTRIBUTION 51 0403090001 AREQUIPA CARAVELI HUANUHUANU TOCOTA NO YES MED-GPS -74.091006 -15.658734 956 NODE DISTRIBUTION 52 0403100001 AREQUIPA CARAVELI JAQUI JAQUI NO YES MED-GPS -74.443771 -15.478767 259 NODE DISTRIBUTION 53 0403110001 AREQUIPA CARAVELI LOMAS LOMAS NO YES MED-GPS -74.851145 -15.569800 11 NODE DISTRIBUTION 54 0403120001 AREQUIPA CARAVELI QUICACHA QUICACHA NO YES MED-GPS -73.798457 -15.625170 1,815 NODE DISTRIBUTION 55 0403130001 AREQUIPA CARAVELI YAUCA YAUCA NO YES MED-GPS -74.527465 -15.661693 24 NODE DISTRIBUTION 56 0404020001 AREQUIPA CASTILLA ANDAGUA ANDAGUA NO YES MED-GPS -72.355566 -15.498837 3,573 NODE AGGREGATION NODE 57 0404010001 AREQUIPA CASTILLA APLAO APLAO YES YES MED-GPS -72.492086 -16.076604 624 (CONECCTION TO RDNFO) DISTRIBUTION 58 0404030001 AREQUIPA CASTILLA AYO AYO NO YES MED-GPS -72.272135 -15.682577 1,963 NODE DISTRIBUTION 59 0404040001 AREQUIPA CASTILLA CHACHAS CHACHAS NO YES MED-GPS -72.270115 -15.501381 3,055 NODE DISTRIBUTION 60 0404050001 AREQUIPA CASTILLA CHILCAYMARCA CHILCAYMARCA NO YES MED-GPS -72.375516 -15.286405 3,838 NODE DISTRIBUTION 61 0404060001 AREQUIPA CASTILLA CHOCO CHOCO NO YES MED-BING -72.128858 -15.576954 2,411 NODE DISTRIBUTION 62 0404070001 AREQUIPA CASTILLA HUANCARQUI HUANCARQUI NO YES MED-GPS -72.472434 -16.096268 605 NODE DISTRIBUTION 63 0404080001 AREQUIPA CASTILLA MACHAGUAY MACHAGUAY NO YES MED-GPS -72.505650 -15.650489 3,119 NODE DISTRIBUTION 64 0404090001 AREQUIPA CASTILLA ORCOPAMPA ORCOPAMPA NO YES MED-GPS -72.343510 -15.267347 3,788 NODE DISTRIBUTION 65 0404100001 AREQUIPA CASTILLA PAMPACOLCA PAMPACOLCA NO YES MED-GPS -72.573577 -15.714341 2,912 NODE DISTRIBUTION 66 0404110001 AREQUIPA CASTILLA TIPAN TIPAN NO YES MED-GPS -72.502022 -15.722804 1,921 NODE DISTRIBUTION 67 0404120001 AREQUIPA CASTILLA UÑON UÑON NO YES MED-GPS -72.431951 -15.729370 2,732 NODE 68 0404130001 AREQUIPA CASTILLA URACA CORIRI NO YES DISTRIBUTION MED-GPS -72.469878 -16.223597 435

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 72 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

TYPE OF OPTICAL PROVINCIAL DISTRICT HEIGHT No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.l.s.) (REGIONAL PROJECT) NODE DISTRIBUTION 69 0404140001 AREQUIPA CASTILLA VIRACO VIRACO NO YES MED-GPS -72.524602 -15.658066 3,203 NODE DISTRIBUTION 70 0405020001 AREQUIPA CAYLLOMA ACHOMA ACHOMA NO YES MED-GPS -71.699911 -15.661546 3,492 NODE DISTRIBUTION 71 0405030001 AREQUIPA CAYLLOMA CABANACONDE CABANACONDE NO YES MED-GPS -71.980796 -15.622089 3,296 NODE DISTRIBUTION 72 0405040001 AREQUIPA CAYLLOMA CALLALLI CALLALLI NO YES MED-GPS -71.445078 -15.506768 3,874 NODE DISTRIBUTION 73 0405050001 AREQUIPA CAYLLOMA CAYLLOMA CAYLLOMA NO YES MED-GPS -71.772997 -15.188597 4,335 NODE AGGREGATION NODE 74 0405010001 AREQUIPA CAYLLOMA CHIVAY CHIVAY YES YES FIELD -71.602550 -15.636550 3,642 (CONECCTION TO RDNFO) DISTRIBUTION 75 0405060001 AREQUIPA CAYLLOMA COPORAQUE COPORAQUE NO YES MED-GPS -71.645606 -15.627085 3,584 NODE DISTRIBUTION 76 0405070001 AREQUIPA CAYLLOMA HUAMBO HUAMBO NO YES MED-GPS -72.108088 -15.730443 3,313 NODE DISTRIBUTION 77 0405080001 AREQUIPA CAYLLOMA HUANCA HUANCA NO YES MED-GPS -71.877848 -16.033845 3,069 NODE DISTRIBUTION 78 0405090001 AREQUIPA CAYLLOMA ICHUPAMPA ICHUPAMPA NO YES MED-GPS -71.686524 -15.649830 3,408 NODE DISTRIBUTION 79 0405100001 AREQUIPA CAYLLOMA LARI LARI NO YES MED-GPS -71.768521 -15.623378 3,356 NODE DISTRIBUTION 80 0405110001 AREQUIPA CAYLLOMA LLUTA LLUTA NO YES MED-GPS -72.014051 -16.015677 3,017 NODE DISTRIBUTION 81 0405120001 AREQUIPA CAYLLOMA MACA MACA NO YES MED-GPS -71.768514 -15.641081 3,276 NODE DISTRIBUTION 82 0405130001 AREQUIPA CAYLLOMA MADRIGAL MADRIGAL NO YES MED-GPS -71.807701 -15.608271 3,274 NODE DISTRIBUTION 83 0405200001 AREQUIPA CAYLLOMA MAJES EL PEDREGAL NO YES MED-GPS -72.191265 -16.362611 1,402 NODE SAN ANTONIO DISTRIBUTION 84 0405140001 AREQUIPA CAYLLOMA IMATA NO YES MED-GPS -71.090660 -15.838992 4,454 DE CHUCA NODE DISTRIBUTION 85 0405150001 AREQUIPA CAYLLOMA SIBAYO SIBAYO NO YES FIELD -71.456970 -15.486200 3,824 NODE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 73 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

TYPE OF OPTICAL PROVINCIAL DISTRICT HEIGHT No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.l.s.) (REGIONAL PROJECT) DISTRIBUTION 86 0405160001 AREQUIPA CAYLLOMA TAPAY TAPAY NO YES MED-GPS -71.939192 -15.577643 3,001 NODE DISTRIBUTION 87 0405170001 AREQUIPA CAYLLOMA TISCO TISCO NO YES MED-GPS -71.446530 -15.347242 4,178 NODE DISTRIBUTION 88 0405180001 AREQUIPA CAYLLOMA TUTI TUTI NO YES FIELD -71.549880 -15.532820 3,805 NODE DISTRIBUTION 89 0405190001 AREQUIPA CAYLLOMA YANQUE YANQUE NO YES MED-GPS -71.658791 -15.649494 3,428 NODE DISTRIBUTION 90 0406020001 AREQUIPA CONDESUYOS ANDARAY ANDARAY NO YES MED-GPS -72.860493 -15.797282 3,037 NODE DISTRIBUTION 91 0406030001 AREQUIPA CONDESUYOS CAYARANI CAYARANI NO YES MED-GPS -72.021903 -14.671335 3,923 NODE DISTRIBUTION 92 0406040001 AREQUIPA CONDESUYOS CHICHAS CHICHAS NO YES MED-GPS -72.918561 -15.547736 2,149 NODE AGGREGATION NODE 93 0406010001 AREQUIPA CONDESUYOS CHUQUIBAMBA CHUQUIBAMBA YES YES MED-GPS -72.651466 -15.839238 2,916 (CONECCTION TO RDNFO) DISTRIBUTION 94 0406050001 AREQUIPA CONDESUYOS IRAY IRAY NO YES MED-GPS -72.629561 -15.854764 2,439 NODE DISTRIBUTION 95 0406060001 AREQUIPA CONDESUYOS RIO GRANDE IQUIPI NO YES MED-GPS -73.131405 -15.940172 464 NODE SAN JUAN DE CONECCTION 96 0406060002 AREQUIPA CONDESUYOS RIO GRANDE NO NO MED-GPS -73.049638 -15.904086 729 CHORUNGA NODE DISTRIBUTION 97 0406070001 AREQUIPA CONDESUYOS SALAMANCA SALAMANCA NO YES MED-GPS -72.834121 -15.504704 3,221 NODE DISTRIBUTION 98 0406080001 AREQUIPA CONDESUYOS YANAQUIHUA YANAQUIHUA NO YES MED-GPS -72.876631 -15.775740 3,000 NODE DISTRIBUTION 99 0407020001 AREQUIPA ISLAY COCACHACRA COCACHACRA NO YES MED-GPS -71.759085 -17.089322 78 NODE DISTRIBUTION 100 0407030001 AREQUIPA ISLAY DEAN VALDIVIA LA CURVA NO YES MED-GPS -71.821327 -17.144470 21 NODE ISLAY DISTRIBUTION 101 0407040001 AREQUIPA ISLAY ISLAY NO YES MED-GPS -72.097850 -17.000660 110 (MATARANI) NODE DISTRIBUTION 102 0407050001 AREQUIPA ISLAY MEJIA MEJIA NO YES MED-GPS -71.906419 -17.102369 32 NODE 103 0407010001 AREQUIPA ISLAY MOLLENDO MOLLENDO YES YES AGGREGATION MED-GPS -72.015443 -17.029275 38

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 74 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

TYPE OF OPTICAL PROVINCIAL DISTRICT HEIGHT No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.l.s.) (REGIONAL PROJECT) NODE (CONECCTION TO RDNFO) PUNTA DE PUNTA DE DISTRIBUTION 104 0407060001 AREQUIPA ISLAY NO YES MED-GPS -71.790493 -17.172178 23 BOMBON BOMBON NODE DISTRIBUTION 105 0408020001 AREQUIPA LA UNION ALCA ALCA NO YES MED-GPS -72.765037 -15.134320 2,725 NODE DISTRIBUTION 106 0408030001 AREQUIPA LA UNION CHARCANA CHARCANA NO YES MED-GPS -73.070301 -15.240854 3,407 NODE AGGREGATION NODE 107 0408010001 AREQUIPA LA UNION COTAHUASI COTAHUASI YES YES MED-GPS -72.888162 -15.212908 2,687 (CONECCTION TO RDNFO) DISTRIBUTION 108 0408040001 AREQUIPA LA UNION HUAYNACOTAS TAURISMA NO YES MED-GPS -72.849804 -15.174842 2,600 NODE DISTRIBUTION 109 0408050001 AREQUIPA LA UNION PAMPAMARCA MUNGUI NO YES MED-GPS -72.905323 -15.182884 2,579 NODE DISTRIBUTION 110 0408060001 AREQUIPA LA UNION PUYCA PUYCA NO YES MED-GPS -72.691792 -15.059153 3,660 NODE DISTRIBUTION 111 0408070001 AREQUIPA LA UNION QUECHUALLA VELINGA NO YES CAMPO -73.022170 -15.274180 1,976 NODE DISTRIBUTION 112 0408080001 AREQUIPA LA UNION SAYLA SAYLA NO YES CAMPO -73.221790 -15.320360 3,543 NODE DISTRIBUTION 113 0408090001 AREQUIPA LA UNION TAURIA TAURIA NO YES CAMPO -73.232240 -15.353890 2,842 NODE DISTRIBUTION 114 0408100001 AREQUIPA LA UNION TOMEPAMPA TOMEPAMPA NO YES MED-GPS -72.830306 -15.172585 2,620 NODE DISTRIBUTION 115 0408110001 AREQUIPA LA UNION TORO TORO NO YES MED-GPS -72.928683 -15.264561 2,963 NODE

AREQUIPA

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 75 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) 1 0401020001 AREQUIPA AREQUIPA ALTO SELVA ALEGRE SELVA ALEGRE NO YES DISTRIBUTION NODE CORE NODE (CONECCTION TO 2 0401010001 AREQUIPA AREQUIPA AREQUIPA AREQUIPA YES YES RDNFO) 2 0401030001 AREQUIPA AREQUIPA CAYMA CAYMA NO YES DISTRIBUTION NODE 3 0401040001 AREQUIPA AREQUIPA CERRO COLORADO LA LIBERTAD NO YES DISTRIBUTION NODE 3 0401050001 AREQUIPA AREQUIPA CHARACATO CHARACATO NO YES DISTRIBUTION NODE 4 0401070001 AREQUIPA AREQUIPA JACOBO HUNTER JACOBO HUNTER NO YES DISTRIBUTION NODE JOSE LUIS BUSTAMANTE Y DISTRIBUTION NODE 4 0401290001 AREQUIPA AREQUIPA CIUDAD SATELITE NO YES RIVERO 5 0401080001 AREQUIPA AREQUIPA LA JOYA LA JOYA NO YES DISTRIBUTION NODE 5 0401090001 AREQUIPA AREQUIPA MARIANO MELGAR MARIANO MELGAR NO YES DISTRIBUTION NODE 6 0401100001 AREQUIPA AREQUIPA MIRAFLORES MIRAFLORES NO YES DISTRIBUTION NODE 6 0401110001 AREQUIPA AREQUIPA MOLLEBAYA MOLLEBAYA NO YES DISTRIBUTION NODE 7 0401120001 AREQUIPA AREQUIPA PAUCARPATA PAUCARPATA NO YES DISTRIBUTION NODE 7 0401130001 AREQUIPA AREQUIPA POCSI POCSI NO YES DISTRIBUTION NODE 8 0401140001 AREQUIPA AREQUIPA POLOBAYA POLOBAYA GRANDE NO YES DISTRIBUTION NODE 8 0401150001 AREQUIPA AREQUIPA QUEQUEÑA QUEQUEÑA NO YES DISTRIBUTION NODE 9 0401160001 AREQUIPA AREQUIPA SABANDIA SABANDIA NO YES DISTRIBUTION NODE 9 0401170001 AREQUIPA AREQUIPA SACHACA SACHACA NO YES DISTRIBUTION NODE 10 0401180001 AREQUIPA AREQUIPA SAN JUAN DE SIGUAS TAMBILLO NO YES DISTRIBUTION NODE 10 0401200001 AREQUIPA AREQUIPA SANTA ISABEL DE SIGUAS SANTA ISABEL DE SIGUAS NO YES DISTRIBUTION NODE 11 0401210001 AREQUIPA AREQUIPA SANTA RITA DE SIGUAS SANTA RITA DE SIGUAS NO YES DISTRIBUTION NODE 11 0401220001 AREQUIPA AREQUIPA SOCABAYA SOCABAYA NO YES DISTRIBUTION NODE 12 0401230001 AREQUIPA AREQUIPA TIABAYA TIABAYA NO YES DISTRIBUTION NODE 12 0401240001 AREQUIPA AREQUIPA UCHUMAYO UCHUMAYO NO YES DISTRIBUTION NODE 13 0401250001 AREQUIPA AREQUIPA VITOR VITOR NO YES DISTRIBUTION NODE 13 0401260001 AREQUIPA AREQUIPA YANAHUARA YANAHUARA NO YES DISTRIBUTION NODE 14 0401270001 AREQUIPA AREQUIPA YARABAMBA YARABAMBA NO YES DISTRIBUTION NODE 14 0401280002 AREQUIPA AREQUIPA YURA CONO NORTE NO NO CONECCTION NODE 15 0401280001 AREQUIPA AREQUIPA YURA YURA NO YES DISTRIBUTION NODE YES AGGREGATION NODE 15 0402010001 AREQUIPA CAMANA CAMANA CAMANA YES (CONECCTION TO RDNFO) 16 0402020001 AREQUIPA CAMANA JOSE MARIA QUIMPER EL CARDO NO YES DISTRIBUTION NODE MARIANO NICOLAS 16 0402030001 AREQUIPA CAMANA URASQUI NO YES DISTRIBUTION NODE VALCARCEL 17 0402040009 AREQUIPA CAMANA MARISCAL CACERES PUCCHUN NO NO CONECCTION NODE 17 0402060001 AREQUIPA CAMANA OCOÑA OCOÑA NO YES DISTRIBUTION NODE 18 0402070001 AREQUIPA CAMANA QUILCA QUILCA NO YES DISTRIBUTION NODE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 76 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) 18 0402080001 AREQUIPA CAMANA SAMUEL PASTOR LA PAMPA NO YES DISTRIBUTION NODE 19 0403030002 AREQUIPA CARAVELI ATICO LA FLORIDA NO NO CONECCTION NODE 19 0403060001 AREQUIPA CARAVELI CAHUACHO CAHUACHO NO YES DISTRIBUTION NODE YES AGGREGATION NODE 20 0403010001 AREQUIPA CARAVELI CARAVELI CARAVELI YES (CONECCTION TO RDNFO) 20 0403080001 AREQUIPA CARAVELI CHAPARRA ACHANIZO NO YES DISTRIBUTION NODE PUEBLO VIEJO 21 0403080008 AREQUIPA CARAVELI CHAPARRA NO NO CONECCTION NODE (CHAPARRA) 21 0403120001 AREQUIPA CARAVELI QUICACHA QUICACHA NO YES DISTRIBUTION NODE 22 0404020001 AREQUIPA CASTILLA ANDAGUA ANDAGUA NO YES DISTRIBUTION NODE YES AGGREGATION NODE 22 0404010001 AREQUIPA CASTILLA APLAO APLAO YES (CONECCTION TO RDNFO) 23 0404030001 AREQUIPA CASTILLA AYO AYO NO YES DISTRIBUTION NODE 23 0404040001 AREQUIPA CASTILLA CHACHAS CHACHAS NO YES DISTRIBUTION NODE 24 0404080001 AREQUIPA CASTILLA MACHAGUAY MACHAGUAY NO YES DISTRIBUTION NODE 24 0404090001 AREQUIPA CASTILLA ORCOPAMPA ORCOPAMPA NO YES DISTRIBUTION NODE 25 0404100001 AREQUIPA CASTILLA PAMPACOLCA PAMPACOLCA NO YES DISTRIBUTION NODE 25 0404110001 AREQUIPA CASTILLA TIPAN TIPAN NO YES DISTRIBUTION NODE 26 0404120001 AREQUIPA CASTILLA UÑON UÑON NO YES DISTRIBUTION NODE 26 0404130001 AREQUIPA CASTILLA URACA CORIRI NO YES DISTRIBUTION NODE 27 0404140001 AREQUIPA CASTILLA VIRACO VIRACO NO YES DISTRIBUTION NODE 27 0405030001 AREQUIPA CAYLLOMA CABANACONDE CABANACONDE NO YES DISTRIBUTION NODE 28 0405040001 AREQUIPA CAYLLOMA CALLALLI CALLALLI NO YES DISTRIBUTION NODE 28 0405050001 AREQUIPA CAYLLOMA CAYLLOMA CAYLLOMA NO YES DISTRIBUTION NODE YES AGGREGATION NODE 29 0405010001 AREQUIPA CAYLLOMA CHIVAY CHIVAY YES (CONECCTION TO RDNFO) 29 0405070001 AREQUIPA CAYLLOMA HUAMBO HUAMBO NO YES DISTRIBUTION NODE 30 0405080001 AREQUIPA CAYLLOMA HUANCA HUANCA NO YES DISTRIBUTION NODE 30 0405090001 AREQUIPA CAYLLOMA ICHUPAMPA ICHUPAMPA NO YES DISTRIBUTION NODE 31 0405100001 AREQUIPA CAYLLOMA LARI LARI NO YES DISTRIBUTION NODE 31 0405110001 AREQUIPA CAYLLOMA LLUTA LLUTA NO YES DISTRIBUTION NODE 32 0405130001 AREQUIPA CAYLLOMA MADRIGAL MADRIGAL NO YES DISTRIBUTION NODE 32 0405200001 AREQUIPA CAYLLOMA MAJES EL PEDREGAL NO YES DISTRIBUTION NODE 33 0405150001 AREQUIPA CAYLLOMA SIBAYO SIBAYO NO YES DISTRIBUTION NODE 33 0405170001 AREQUIPA CAYLLOMA TISCO TISCO NO YES DISTRIBUTION NODE 34 0405180001 AREQUIPA CAYLLOMA TUTI TUTI NO YES DISTRIBUTION NODE 34 0405190001 AREQUIPA CAYLLOMA YANQUE YANQUE NO YES DISTRIBUTION NODE 35 0406020001 AREQUIPA CONDESUYOS ANDARAY ANDARAY NO YES DISTRIBUTION NODE 35 0406040001 AREQUIPA CONDESUYOS CHICHAS CHICHAS NO YES DISTRIBUTION NODE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 77 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CODINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) YES AGGREGATION NODE 36 0406010001 AREQUIPA CONDESUYOS CHUQUIBAMBA CHUQUIBAMBA YES (CONECCTION TO RDNFO) 36 0406050001 AREQUIPA CONDESUYOS IRAY IRAY NO YES DISTRIBUTION NODE 37 0406060001 AREQUIPA CONDESUYOS RIO GRANDE IQUIPI NO YES DISTRIBUTION NODE 37 0406060002 AREQUIPA CONDESUYOS RIO GRANDE SAN JUAN DE CHORUNGA NO NO CONECCTION NODE 38 0406070001 AREQUIPA CONDESUYOS SALAMANCA SALAMANCA NO YES DISTRIBUTION NODE 38 0406080001 AREQUIPA CONDESUYOS YANAQUIHUA YANAQUIHUA NO YES DISTRIBUTION NODE

AREQUIPA

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

No. CODINEI2015 DEPARTMENT PROVINCE 1 0401010001 AREQUIPA AREQUIPA 2 0403010001 AREQUIPA CARAVELI 3 0405010001 AREQUIPA CAYLLOMA

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 78 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail. AREQUIPA Appendix No. 1-D DIAGRAM OF TRANSPORT NETWORK, SUPPORTING INFRASTRUCTURE NODES

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 79 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

HUÁNUCO

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

DISTRICT PROVINCIAL HEIGHT No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.s.l.) AGGREGATION (CONECCTION FIELD 1 1002010001 HUANUCO AMBO AMBO AMBO 1 1 TO RDNFO) -76.20197 -10.12748 2087.23 2 1002020001 HUANUCO AMBO CAYNA CAYNA 1 0 DISTRIBUTION FIELD -76.38814 -10.27228 3311.89 3 1002030001 HUANUCO AMBO COLPAS COLPAS 1 0 DISTRIBUTION FIELD -76.41176 -10.26938 2741.65 4 1002050001 HUANUCO AMBO HUACAR HUACAR 1 0 DISTRIBUTION FIELD -76.238762 -10.16223 2173.36 5 1002060001 HUANUCO AMBO SAN FRANCISCO MOSCA 1 0 DISTRIBUTION FIELD -76.28964 -10.34348 3454.99 6 1002070001 HUANUCO AMBO SAN RAFAEL SAN RAFAEL 1 0 DISTRIBUTION FIELD -76.18371 -10.34177 2717.95 7 1002080001 HUANUCO AMBO TOMAY KICHWA TOMAY KICHWA 1 0 DISTRIBUTION FIELD -76.21249 -10.07756 2028.16 8 1003070001 HUANUCO DOS DE MAYO CHUQUIS CHUQUIS 1 0 DISTRIBUTION FIELD -76.70431 -9.67694 3373.17 AGGREGATION (CONECCTION FIELD 9 1003010001 HUANUCO DOS DE MAYO LA UNION LA UNION 1 1 TO RDNFO) -76.80105 -9.8281 3219.61 10 1003110001 HUANUCO DOS DE MAYO MARIAS MARIAS 1 0 DISTRIBUTION FIELD -76.70641 -9.60742 3477.08 11 1003130001 HUANUCO DOS DE MAYO PACHAS PACHAS 1 0 DISTRIBUTION FIELD -76.77161 -9.70713 3453.16 12 1003160001 HUANUCO DOS DE MAYO QUIVILLA QUIVILLA 1 0 DISTRIBUTION FIELD -76.72536 -9.59927 2962.13 13 1003170001 HUANUCO DOS DE MAYO RIPAN RIPAN 1 0 DISTRIBUTION FIELD -76.80305 -9.8288 3202.22 14 1003210001 HUANUCO DOS DE MAYO SHUNQUI SHUNQUI 1 0 DISTRIBUTION FIELD -76.78453 -9.73085 3568.92 15 1003220001 HUANUCO DOS DE MAYO SILLAPATA SILLAPATA 1 0 DISTRIBUTION FIELD -76.77487 -9.75719 3441.95 16 1003230001 HUANUCO DOS DE MAYO YANAS YANAS 1 0 DISTRIBUTION FIELD -76.74957 -9.71426 3458.43 17 1004020001 HUANUCO HUACAYBAMBA CANCHABAMBA CANCHABAMBA 1 0 DISTRIBUTION FIELD -77.12384 -8.88498 3186.36 18 1004030001 HUANUCO HUACAYBAMBA COCHABAMBA COCHABAMBA 1 0 DISTRIBUTION FIELD -76.836983 -9.09621 3251.22 AGGREGATION (CONECCTION FIELD 19 1004010001 HUANUCO HUACAYBAMBA HUACAYBAMBA HUACAYBAMBA 1 1 TO RDNFO) -76.956161 -9.03723 3195.08 20 1004040001 HUANUCO HUACAYBAMBA PINRA PINRA 1 0 DISTRIBUTION FIELD -77.013908 -8.92507 2898.15 21 1005020001 HUANUCO HUAMALIES ARANCAY ARANCAY 1 0 DISTRIBUTION FIELD -76.75074 -9.17063 3089.82 CHAVIN DE FIELD DISTRIBUTION 22 1005030001 HUANUCO HUAMALIES PARIARCA CHAVIN DE PARIARCA 1 0 -76.77156 -9.42306 3358.06 23 1005040001 HUANUCO HUAMALIES JACAS GRANDE JACAS GRANDE 1 0 DISTRIBUTION FIELD -76.73678 -9.54025 3611.12 24 1005050001 HUANUCO HUAMALIES JIRCAN JIRCAN 1 0 DISTRIBUTION FIELD -76.71885 -9.2468 3206.97 AGGREGATION (CONECCTION FIELD 25 1005010001 HUANUCO HUAMALIES LLATA LLATA 1 1 TO RDNFO) -76.816394 -9.550978 3428.5 26 1005060001 HUANUCO HUAMALIES MIRAFLORES MIRAFLORES 1 0 DISTRIBUTION FIELD -76.81873 -9.49373 3669.71 27 1005070002 HUANUCO HUAMALIES MONZON CACHICOTO 0 0 CONECCTION FIELD -76.21284 -9.21906 766.5 28 1005070001 HUANUCO HUAMALIES MONZON MONZON 1 0 DISTRIBUTION FIELD -76.39502 -9.27918 951.69 29 1005070049 HUANUCO HUAMALIES MONZON PALO ACERO 0 0 CONECCTION FIELD -76.08717 -9.23813 695.92 30 1005080001 HUANUCO HUAMALIES PUNCHAO PUNCHAO 1 0 DISTRIBUTION FIELD -76.82174 -9.46389 3508.03 31 1005090001 HUANUCO HUAMALIES PUÑOS PUÑOS 1 0 DISTRIBUTION FIELD -76.88349 -9.50033 3722.49 32 1005100001 HUANUCO HUAMALIES SINGA SINGA 1 0 DISTRIBUTION FIELD -76.81222 -9.38888 3609.84 33 1005110001 HUANUCO HUAMALIES TANTAMAYO TANTAMAYO 1 0 DISTRIBUTION FIELD -76.71867 -9.39344 3512.67

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 80 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DISTRICT PROVINCIAL HEIGHT No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.s.l.) 34 1001020003 HUANUCO HUANUCO AMARILIS LA ESPERANZA 0 0 CONECCTION FIELD -76.216927 -9.89762 1948.26 35 1001020001 HUANUCO HUANUCO AMARILIS PAUCARBAMBA 1 0 DISTRIBUTION FIELD -76.24044 -9.94034 1917.44 36 1001030001 HUANUCO HUANUCO CHINCHAO ACOMAYO 1 0 DISTRIBUTION FIELD -76.07357 -9.80251 2160.36 37 1001040001 HUANUCO HUANUCO CHURUBAMBA CHURUBAMBA 1 0 DISTRIBUTION FIELD -76.134483 -9.82591 1933.52 AGGREGATION (CONECCTION FIELD 38 1001010001 HUANUCO HUANUCO HUANUCO HUANUCO 1 1 TO RDNFO) -76.24674 -9.92915 1902.85 39 1001050001 HUANUCO HUANUCO MARGOS MARGOS 1 0 DISTRIBUTION FIELD -76.52301 -10.00534 3537.85 40 1001110001 HUANUCO HUANUCO PILLCO MARCA CAYHUAYNA 1 0 DISTRIBUTION FIELD -76.25417 -9.963108 2046.89 QUISQUI DISTRIBUTION FIELD 41 1001060001 HUANUCO HUANUCO (KICHKI) HUANCAPALLAC 1 0 -76.391167 -9.904611 2417 QUISQUI FIELD 42 1001060014 HUANUCO HUANUCO (KICHKI) SAN PEDRO DE CANI 0 0 CONECCTION -76.38746 -9.88807 2996.9 SAN FRANCISCO DISTRIBUTION FIELD 43 1001070001 HUANUCO HUANUCO DE CAYRAN CAYRAN 1 0 -76.28427 -9.98102 2219.61 SAN PABLO DE DISTRIBUTION SCALE 44 1001130001 HUANUCO HUANUCO PILLAO SAN PABLO DE PILLAO 1 0 -75.99547 -9.79545 2803.96 SAN PEDRO DE DISTRIBUTION FIELD 45 1001080001 HUANUCO HUANUCO CHAULAN CHAULAN 1 0 -76.48348 -10.05755 3592.92 SANTA MARIA DISTRIBUTION FIELD 46 1001090001 HUANUCO HUANUCO DEL VALLE SANTA MARIA DEL VALLE 1 0 -76.16868 -9.86865 1983.72 47 1001120001 HUANUCO HUANUCO YACUS YACUS 1 0 DISTRIBUTION FIELD -76.50237 -9.98284 3323.47 48 1001100001 HUANUCO HUANUCO YARUMAYO YARUMAYO 1 0 DISTRIBUTION FIELD -76.46794 -10.00149 3155.96 49 1010020001 HUANUCO LAURICOCHA BAÑOS BAÑOS 1 0 DISTRIBUTION FIELD -76.73621 -10.07672 3433.68 AGGREGATION (CONECCTION FIELD 50 1010010001 HUANUCO LAURICOCHA JESUS JESUS 1 1 TO RDNFO) -76.6309 -10.07823 3481.47 51 1010030001 HUANUCO LAURICOCHA JIVIA JIVIA 1 0 DISTRIBUTION FIELD -76.68127 -10.02417 3405.1 52 1010040001 HUANUCO LAURICOCHA QUEROPALCA QUEROPALCA 1 0 DISTRIBUTION FIELD -76.80428 -10.18183 3832.04 53 1010050001 HUANUCO LAURICOCHA RONDOS RONDOS 1 0 DISTRIBUTION FIELD -76.68832 -9.98445 3561.43 SAN MIGUEL DE FIELD DISTRIBUTION 54 1010070001 HUANUCO LAURICOCHA CAURI CAURI 1 0 -76.62582 -10.14252 3593.02 LEONCIO CASTILLO DISTRIBUTION INEI2016 55 1006080001 HUANUCO PRADO GRANDE CASTILLO GRANDE 1 0 -76.009021 -9.28073 641.1 LEONCIO HERMILIO DISTRIBUTION FIELD 56 1006030001 HUANUCO PRADO VALDIZAN HERMILIO VALDIZAN 1 0 -75.835693 -9.20548 1368.71 LEONCIO JOSE CRESPO Y DISTRIBUTION FIELD 57 1006040057 HUANUCO PRADO CASTILLO PUEBLO NUEVO 1 0 -76.061752 -9.07806 591.98 LEONCIO JOSE CRESPO Y SANTO DOMINGO DE DISTRIBUTION FIELD 58 1006040049 HUANUCO PRADO CASTILLO ANDA 1 0 -76.077507 -9.05447 583.42 LEONCIO DISTRIBUTION FIELD 59 1006050001 HUANUCO PRADO LUYANDO NARANJILLO 1 0 -75.994017 -9.248133 631.72 MARIANO LEONCIO DAMASO DISTRIBUTION FIELD 60 1006060001 HUANUCO PRADO BERAUN LAS PALMAS 1 0 -75.97155 -9.4428 724.88 LEONCIO DISTRIBUTION FIELD 61 1006070001 HUANUCO PRADO PUCAYACU PUCAYACU 1 0 -76.12128 -8.74963 552.79

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 81 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DISTRICT PROVINCIAL HEIGHT No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.s.l.) LEONCIO AGGREGATION (CONECCTION FIELD 62 1006010001 HUANUCO PRADO RUPA-RUPA TINGO MARIA 1 1 TO RDNFO) -75.996483 -9.29475 649.02 63 1007020001 HUANUCO MARAÑON CHOLON SAN PEDRO DE CHONTA 1 0 DISTRIBUTION FIELD -76.87505 -8.65551 2465 AGGREGATION (CONECCTION FIELD 64 1007010001 HUANUCO MARAÑON HUACRACHUCO HUACRACHUCO 1 1 TO RDNFO) -77.14897 -8.60479 2902.43 65 1007040001 HUANUCO MARAÑON LA MORADA LA MORADA 1 0 DISTRIBUTION FIELD -76.24982 -8.79454 545.42 SAN DISTRIBUTION FIELD 66 1007030001 HUANUCO MARAÑON BUENAVENTURA SAN BUENAVENTURA 1 0 -77.18818 -8.76726 3110.58 SANTA ROSA DE ALTO SANTA ROSA DE ALTO DISTRIBUTION FIELD 67 1007050001 HUANUCO MARAÑON YANAJANCA YANAJANCA 1 0 -76.31502 -8.65337 562.86 68 1008020001 HUANUCO PACHITEA CHAGLLA CHAGLLA 1 0 DISTRIBUTION FIELD -75.901604 -9.84537 3042.06 69 1008030001 HUANUCO PACHITEA MOLINO MOLINO 1 0 DISTRIBUTION FIELD -76.01749 -9.91086 2369.76 AGGREGATION (CONECCTION FIELD 70 1008010001 HUANUCO PACHITEA PANAO PANAO 1 1 TO RDNFO) -75.99332 -9.89941 2524.13 71 1008040001 HUANUCO PACHITEA UMARI UMARI (TAMBILLO) 1 0 DISTRIBUTION FIELD -76.04422 -9.86474 2527.47 CODO DEL DISTRIBUTION FIELD 72 1009020001 HUANUCO PUERTO INCA POZUZO CODO DEL POZUZO 1 0 -75.464432 -9.66834 378.67 73 1009030001 HUANUCO PUERTO INCA HONORIA HONORIA 1 0 DISTRIBUTION FIELD -74.709419 -8.76819 163.42 AGGREGATION (CONECCTION FIELD 74 1009010001 HUANUCO PUERTO INCA PUERTO INCA PUERTO INCA 1 1 TO RDNFO) -74.966743 -9.38002 198.97 75 1009010034 HUANUCO PUERTO INCA PUERTO INCA PUERTO SUNGARO 0 0 CONECCTION FIELD -75.03397 -9.37125 193.35 76 1009040001 HUANUCO PUERTO INCA TOURNAVISTA TOURNAVISTA 1 0 DISTRIBUTION FIELD -74.705902 -8.93112 189.7 77 1009050001 HUANUCO PUERTO INCA YUYAPICHIS YUYAPICHIS 1 0 DISTRIBUTION FIELD -74.974403 -9.6286 207.84 APARICIO DISTRIBUTION FIELD 78 1011040001 HUANUCO YAROWILCA POMARES CHUPAN 1 0 -76.64574 -9.74652 3500.92 79 1011020001 HUANUCO YAROWILCA CAHUAC CAHUAC 1 0 DISTRIBUTION FIELD -76.63048 -9.85292 3380.2 80 1011030001 HUANUCO YAROWILCA CHACABAMBA CHACABAMBA 1 0 DISTRIBUTION FIELD -76.61169 -9.903 3181.91 AGGREGATION (CONECCTION FIELD 81 1011010001 HUANUCO YAROWILCA CHAVINILLO CHAVINILLO 1 1 TO RDNFO) -76.60862 -9.85892 3468.9 82 1011080001 HUANUCO YAROWILCA CHORAS CHORAS 1 0 DISTRIBUTION FIELD -76.60582 -9.91052 3535.67 SAN CRISTOBAL DE JACAS DISTRIBUTION FIELD 83 1011050001 HUANUCO YAROWILCA JACAS CHICO CHICO 1 0 -76.50289 -9.8863 3783.03 84 1011060001 HUANUCO YAROWILCA OBAS OBAS 1 0 DISTRIBUTION FIELD -76.66755 -9.79512 3558.35 85 1011070001 HUANUCO YAROWILCA PAMPAMARCA PAMPAMARCA 1 0 DISTRIBUTION FIELD -76.70311 -9.70669 3480.53 CORONEL AGGREGATION (CONECCTION MED-Editor 86 2501010001 UCAYALI PORTILLO CALLERIA PUCALLPA 1 1 TO RDNFO) -74.54356 -8.38309 155.17

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 82 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

HUÁNUCO

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

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) 1 1001050001 HUANUCO HUANUCO MARGOS MARGOS 0 1 DISTRIBUTION 2 1001060001 HUANUCO HUANUCO QUISQUI (KICHKI) HUANCAPALLAC 0 1 DISTRIBUTION SAN FRANCISCO DE 3 1001070001 HUANUCO HUANUCO CAYRAN 0 1 DISTRIBUTION CAYRAN 4 1001100001 HUANUCO HUANUCO YARUMAYO YARUMAYO 0 1 DISTRIBUTION 5 1001120001 HUANUCO HUANUCO YACUS YACUS 0 1 DISTRIBUTION DOS DE AGGREGATION (CONECCTION 6 1003010001 HUANUCO LA UNION LA UNION 1 1 MAYO TO RDNFO) DOS DE 7 1003070001 HUANUCO CHUQUIS CHUQUIS 0 1 DISTRIBUTION MAYO DOS DE 8 1003130001 HUANUCO PACHAS PACHAS 0 1 DISTRIBUTION MAYO DOS DE 9 1003170001 HUANUCO RIPAN RIPAN 0 1 DISTRIBUTION MAYO DOS DE 10 1003210001 HUANUCO SHUNQUI SHUNQUI 0 1 DISTRIBUTION MAYO DOS DE 11 1003220001 HUANUCO SILLAPATA SILLAPATA 0 1 DISTRIBUTION MAYO DOS DE 12 1003230001 HUANUCO YANAS YANAS 0 1 DISTRIBUTION MAYO AGGREGATION (CONECCTION 13 1005010001 HUANUCO HUAMALIES LLATA LLATA 1 1 TO RDNFO) 14 1005060001 HUANUCO HUAMALIES MIRAFLORES MIRAFLORES 0 1 DISTRIBUTION 15 1005080001 HUANUCO HUAMALIES PUNCHAO PUNCHAO 0 1 DISTRIBUTION AGGREGATION (CONECCTION 16 1010010001 HUANUCO LAURICOCHA JESUS JESUS 1 1 TO RDNFO) 17 1010030001 HUANUCO LAURICOCHA JIVIA JIVIA 0 1 DISTRIBUTION 18 1010050001 HUANUCO LAURICOCHA RONDOS RONDOS 0 1 DISTRIBUTION AGGREGATION (CONECCTION 19 1011010001 HUANUCO YAROWILCA CHAVINILLO CHAVINILLO 1 1 TO RDNFO) 20 1011020001 HUANUCO YAROWILCA CAHUAC CAHUAC 0 1 DISTRIBUTION 21 1011030001 HUANUCO YAROWILCA CHACABAMBA CHACABAMBA 0 1 DISTRIBUTION 22 1011040001 HUANUCO YAROWILCA APARICIO POMARES CHUPAN 0 1 DISTRIBUTION 23 1011050001 HUANUCO YAROWILCA JACAS CHICO SAN CRISTOBAL DE 0 1 DISTRIBUTION

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 83 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) JACAS CHICO 24 1011070001 HUANUCO YAROWILCA PAMPAMARCA PAMPAMARCA 0 1 DISTRIBUTION 25 1011080001 HUANUCO YAROWILCA CHORAS CHORAS 0 1 DISTRIBUTION

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 84 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

HUÁNUCO

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

No IDCCPP10 DEPARTMENT PROVINCE

1 1003130001 HUANUCO DOS DE MAYO

2 1001030001 HUANUCO HUANUCO

3 1007030001 HUANUCO MARAÑON

4 1009040001 HUANUCO PUERTO INCA

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 85 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

HUÁNUCO

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 86 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DIAGRAMDIAGRAMA OF DE TRANSPORT LA RED DE TRANSPORTE NETWORK,, NODOSSUPPORTING E INFRAESTRUCTURA INFRASTRUCTURE DE SOPORTE NODES HUÁNUCO REGION REGION HUÁNUCO

Huacrachuco

San Buenaventura ~1.9Km ~2.5Km Cholon ~43Km ~19Km ~33.2Km ~15.1Km

~3.3Km

Canchabamba La Morada ~11.5Km Pinra ~4.5Km ~10.1Km

~16Km ~5.2Km ~3.8Km ~6.7Km ~8.4Km Santa Rosa de Alto Yanajanca Huacaybamba ~15.9Km Hermilio Valdizan ~16.7Km Pucayacu ~4.4Km Cochabamba ~17Km ~25.2Km Daniel Alomias ~20Km Santo Domingo Pueblo Robles de Anda Nuevo ~14.6Km ~3.5Km ~12.5Km ~3Km ~4.8Km ~7.5Km Aucayacu ~10.4Km Arancay ~1.2Km Naranjillo ~10.4Km ~4.5Km ~0.6Km Jircan Tingo Maria ~7.1Km ~1.8Km Castillo Grande ~2.7Km

~30.8Km ~2.1Km

Tantamayo ~24.4 Km ~17.7Km ~20Km Pucallpa ~33Km ~12.8Km Monzon Cachicoto Palo Acero Singa ~16.4Km Chavin de ~33Km Pariarca ~7.2Km Honoria ~3.5Km ~10Km Las Palmas ~3.2Km

~25.5Km ~3.7Km ~10.5Km

Punchao Tournavista Puerto Sungaro ~1.7Km ~5.4Km ~3.2Km ~7.5Km Jacas Grande ~1.4Km Puerto Inca ~5.5Km Miraflores ~7.5Km ~0.2km Quivilla ~3.8Km ~13Km ~2.8Km Codo del ~5.7Km Pozuzo Puños ~4Km ~2Km ~69Km Marias ~1.2Km

Llata ~8.2Km ~18Km

Chuquis ~1.1Km ~2Km ~4.5Km ~2Km ~1.5Km Pachas Yuyapichis Yanas ~10.2Km ~1.2Km ~2.7Km ~1.5Km Chupan Shunqui ~1.8Km Pampamarca ~8.4Km ~3.4Km ~3.1Km Obas Sillapata

~7.7Km ~7Km La Unión

~0.3Km ~1.4Km ~1.8Km Ripan Cahuac ~3.2Km ~6.6Km HUANUCO ~26.5Km ~2.1Km Chavinillo Paucarbamba Churubamba Acomayo ~1.6Km San Huarin San Pedro de Cani Chacabamba Cristobal ~3.3Km ~0.5Km ~2.2Km ~0.8Km de Jacas ~3.7Km ~2.6Km ~1.5Km Rondos Chico ~1.5Km ~13.7 Km ~12.7Km ~3Km ~13.2Km ~0.3Km ~3.6Km ~14.2Km ~2.4Km ~0.9Km ~4.6Km ~7Km ~5.6Km ~7.5Km ~0.8Km ~12.7Km

~0.4Km San Pablo de ~0.8Km Santa Maria ~0.9Km ~2Km ~6.1Km Pillao Yacus del Valle Huancapallac ~2.7Km Choras Cayhuayna ~0.2Km ~14.1Km La Esperanza Umari ~2.8Km ~1.3Km ~1.8Km ~5.1Km Cayran ~13.4Km ~3.5Km ~3.3Km ~0.5Km ~5.6Km ~13.9Km Jesus ~12.6Km Margos ~5.3Km Yarumayo Molinos ~3.5Km ~7.4Km ~5.7Km ~7.3Km Chaglla ~1Km ~6.4Km Cochamarca ~2.5Km ~7.9Km ~6.3Km ~2Km ~0.7Km ~12.1Km ~8.6Km Jivia Cauri Chaulan Baños Panao ~0.5 Km Tomay Kichwa ~21Km Ambo Queropalca ~6Km ~0.5Km Huacar ~5.5 Km ~0.6Km ~10Km ~8Km

Cayna

REGIONALPROYECTO PROJECTREGIONAL HUÁNUCOHUÁNUCO ~14.7Km

~4.8Km ~11.6Km ~20.1Km ~0.9Km LEGENDLEYENDA San Rafael 20.1Km ~6.4Km Colpas Mosca NPRodo Core Core Node PR (Regional (Capital RegionalCapital) )

PRNodo Aggregation de Agregación Node –PR Distribution – Nodo de Node Distribución RDNFO RDNFO PRNodo Distribution de Distribución Node PR NodoConnection de Conexión node PR PR

NodoConnection de Conexión node RDNFO RDNFO

AltaHigh Tensiónvoltage MMediumedia T voltageensión RoadRed V systemíal LowBaja voltage Tensión

PRPR:: PROYECTO REGIONAL REGIONAL PROJECT RDNFORDNFO:: RED NATIONAL DORSAL NACIONAL FIBER OPTIC DE FIBRA BACKBONE OPTICA NETWORK

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 87 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

LA LIBERTAD

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

NODE DATA LOCATION DATA – (REFERENTIAL) No. DISTRICT PROVINCIAL TYPE OF OPTICAL NODE HEIGHT CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (REGIONAL PROJECT) (m.a.s.l.) CORE NODE 1 1301010001 LA LIBERTAD TRUJILLO TRUJILLO TRUJILLO YES YES MED-GPS -79.0287 -8.11176 38 (INTERCONECCTION TO RDNFO) 2 1301020001 LA LIBERTAD TRUJILLO EL PORVENIR EL PORVENIR YES NO DISTRIBUTION NODE MED-GPS -78.9931 -8.07383 101 3 1301030001 LA LIBERTAD TRUJILLO FLORENCIA DE MORA FLORENCIA DE MORA YES NO DISTRIBUTION NODE MED-GPS -79.0237 -8.08203 99 4 1301040001 LA LIBERTAD TRUJILLO HUANCHACO HUANCHACO YES NO DISTRIBUTION NODE MED-GPS -79.1205 -8.07996 10 5 1301050001 LA LIBERTAD TRUJILLO LA ESPERANZA LA ESPERANZA YES NO DISTRIBUTION NODE MED-GPS -79.041 -8.08294 77 6 1301060001 LA LIBERTAD TRUJILLO LAREDO LAREDO YES NO DISTRIBUTION NODE MED-GPS -78.9595 -8.08639 104 7 1301070001 LA LIBERTAD TRUJILLO MOCHE MOCHE YES NO DISTRIBUTION NODE MED-GPS -79.009 -8.17148 14 8 1301080001 LA LIBERTAD TRUJILLO POROTO POROTO YES NO DISTRIBUTION NODE MED-GPS -78.7679 -8.01143 635 9 1301090001 LA LIBERTAD TRUJILLO SALAVERRY SALAVERRY YES NO DISTRIBUTION NODE MED-GPS -78.9764 -8.22416 7 10 1301100001 LA LIBERTAD TRUJILLO SIMBAL SIMBAL YES NO DISTRIBUTION NODE MED-GPS -78.8136 -7.97636 589 11 1301110001 LA LIBERTAD TRUJILLO VICTOR LARCO HERRERA BUENOS AIRES YES NO DISTRIBUTION NODE DETAIL -79.05622 -8.1445 17 YES AGGREGATION NODE 12 1302010001 LA LIBERTAD ASCOPE ASCOPE ASCOPE YES MED-GPS -79.1075 -7.71379 231 (INTERCONECCTION TO RDNFO) 13 1302020001 LA LIBERTAD ASCOPE CHICAMA CHICAMA YES NO DISTRIBUTION NODE MED-GPS -79.1439 -7.84281 133 14 1302030001 LA LIBERTAD ASCOPE CHOCOPE CHOCOPE YES NO DISTRIBUTION NODE MED-GPS -79.2227 -7.79191 107 15 1302040001 LA LIBERTAD ASCOPE MAGDALENA DE CAO MAGDALENA DE CAO YES NO DISTRIBUTION NODE MED-GPS -79.2943 -7.8776 27 16 1302050001 LA LIBERTAD ASCOPE PAIJAN PAIJAN YES NO DISTRIBUTION NODE MED-GPS -79.3033 -7.73431 82 17 1302060001 LA LIBERTAD ASCOPE RAZURI PUERTO DE MALABRIGO YES NO DISTRIBUTION NODE DETAIL -79.43986 -7.70645 18 18 1302070001 LA LIBERTAD ASCOPE SANTIAGO DE CAO SANTIAGO DE CAO YES NO DISTRIBUTION NODE MED-GPS -79.2388 -7.96258 19 19 1302080001 LA LIBERTAD ASCOPE CASA GRANDE CASA GRANDE YES NO DISTRIBUTION NODE MED-GPS -79.188 -7.74459 146 YES AGGREGATION NODE 20 1303010001 LA LIBERTAD BOLIVAR BOLIVAR BOLIVAR YES MED-GPS -77.7026 -7.15387 3133 (INTERCONECCTION TO RDNFO) 21 1303020001 LA LIBERTAD BOLIVAR BAMBAMARCA BAMBAMARCA YES NO DISTRIBUTION NODE MED-GPS -77.6929 -7.44002 3480 22 1303030001 LA LIBERTAD BOLIVAR CONDORMARCA NUEVO CONDORMARCA YES NO DISTRIBUTION NODE MED-GPS -77.5998 -7.54642 2762 23 1303040001 LA LIBERTAD BOLIVAR LONGOTEA LONGOTEA YES NO DISTRIBUTION NODE MED-GPS -77.8721 -7.0437 2623 24 1303050001 LA LIBERTAD BOLIVAR UCHUMARCA UCHUCMARCA YES NO DISTRIBUTION NODE DETAIL -77.80561 -7.04618 3017 25 1303060001 LA LIBERTAD BOLIVAR UCUNCHA UCUNCHA YES NO DISTRIBUTION NODE DETAIL -77.85949 -7.16538 2624 YES AGGREGATION NODE 26 1304010001 LA LIBERTAD CHEPEN CHEPEN CHEPEN YES MED-GPS -79.4296 -7.22729 132 (INTERCONECCTION TO RDNFO) 27 1304020001 LA LIBERTAD CHEPEN PACANGA PACANGA YES NO DISTRIBUTION NODE MED-GPS -79.4858 -7.17136 91 28 1304030001 LA LIBERTAD CHEPEN PUEBLO NUEVO PUEBLO NUEVO YES NO DISTRIBUTION NODE MED-GPS -79.515 -7.18848 75 YES AGGREGATION NODE 29 1305010001 LA LIBERTAD JULCAN JULCAN JULCAN YES MED-GPS -78.4866 -8.04253 3401 (INTERCONECCTION TO RDNFO) 30 1305020001 LA LIBERTAD JULCAN CALAMARCA CALAMARCA YES NO DISTRIBUTION NODE MED-GPS -78.4116 -8.17018 3354 31 1305030001 LA LIBERTAD JULCAN CARABAMBA CARABAMBA YES NO DISTRIBUTION NODE MED-GPS -78.6079 -8.11478 3318 32 1305040001 LA LIBERTAD JULCAN HUASO HUASO YES NO DISTRIBUTION NODE MED-GPS -78.4138 -8.22457 3071

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 88 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

NODE DATA LOCATION DATA – (REFERENTIAL) No. DISTRICT PROVINCIAL TYPE OF OPTICAL NODE HEIGHT CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (REGIONAL PROJECT) (m.a.s.l.) YES AGGREGATION NODE 33 1306010001 LA LIBERTAD OTUZCO OTUZCO OTUZCO YES MED-GPS -78.5657 -7.9025 2652 (INTERCONECCTION TO RDNFO) 34 1306020001 LA LIBERTAD OTUZCO AGALLPAMPA AGALLPAMPA YES NO DISTRIBUTION NODE MED-GPS -78.5468 -7.98213 3124 35 1306040001 LA LIBERTAD OTUZCO CHARAT CHARAT YES NO DISTRIBUTION NODE MED-GPS -78.4478 -7.82364 2264 36 1306050001 LA LIBERTAD OTUZCO HUARANCHAL HUARANCHAL YES NO DISTRIBUTION NODE MED-GPS -78.4427 -7.68973 2177 37 1306060001 LA LIBERTAD OTUZCO LA CUESTA LA CUESTA YES NO DISTRIBUTION NODE DETAIL -78.70453 -7.91847 1898 38 1306080001 LA LIBERTAD OTUZCO MACHE MACHE YES NO DISTRIBUTION NODE MED-GPS -78.5352 -8.03014 3320 39 1306100001 LA LIBERTAD OTUZCO PARANDAY PARANDAY YES NO DISTRIBUTION NODE MED-GPS -78.7093 -7.88503 3144 40 1306110001 LA LIBERTAD OTUZCO SALPO SALPO YES NO DISTRIBUTION NODE MED-GPS -78.6043 -8.00309 3445 41 1306130001 LA LIBERTAD OTUZCO SINSICAP SINSICAP YES NO DISTRIBUTION NODE MED-GPS -78.7545 -7.85154 2295 42 1306140001 LA LIBERTAD OTUZCO USQUIL USQUIL YES NO DISTRIBUTION NODE MED-GPS -78.4168 -7.81545 3027 YES AGGREGATION NODE 43 1307010001 LA LIBERTAD PACASMAYO SAN PEDRO DE LLOC SAN PEDRO DE LLOC YES MED-GPS -79.5043 -7.43206 46 (INTERCONECCTION TO RDNFO) 44 1307020001 LA LIBERTAD PACASMAYO GUADALUPE GUADALUPE YES NO DISTRIBUTION NODE MED-GPS -79.4703 -7.2433 96 45 1307030001 LA LIBERTAD PACASMAYO JEQUETEPEQUE JEQUETEPEQUE YES NO DISTRIBUTION NODE MED-GPS -79.5632 -7.33786 23 46 1307040001 LA LIBERTAD PACASMAYO PACASMAYO PACASMAYO YES NO DISTRIBUTION NODE MED-GPS -79.5722 -7.40113 10 47 1307050001 LA LIBERTAD PACASMAYO SAN JOSE SAN JOSE YES NO DISTRIBUTION NODE MED-GPS -79.455 -7.35005 108 YES AGGREGATION NODE 48 1308010001 LA LIBERTAD PATAZ TAYABAMBA TAYABAMBA YES MED-GPS -77.2963 -8.27594 3226 (INTERCONECCTION TO RDNFO) 49 1308020001 LA LIBERTAD PATAZ BULDIBUYO BULDIBUYO YES NO DISTRIBUTION NODE MED-GPS -77.3951 -8.12738 3172 50 1308020024 LA LIBERTAD PATAZ BULDIBUYO ARCAYPATA NO NO CONECCTION NODE MED-GPS -77.4206 -8.1865 2789 51 1308030001 LA LIBERTAD PATAZ CHILLIA CHILLIA YES NO DISTRIBUTION NODE MED-GPS -77.515 -8.12463 3150 52 1308040001 LA LIBERTAD PATAZ HUANCASPATA HUANCASPATA YES NO DISTRIBUTION NODE MED-GPS -77.2984 -8.45731 3301 53 1308050001 LA LIBERTAD PATAZ HUAYLILLAS HUAYLILLAS YES NO DISTRIBUTION NODE MED-GPS -77.3432 -8.18764 2380 54 1308060001 LA LIBERTAD PATAZ HUAYO HUAYO YES NO DISTRIBUTION NODE MED-GPS -77.5923 -8.00464 2183 55 1308070001 LA LIBERTAD PATAZ ONGON ONGON YES NO DISTRIBUTION NODE MED-GPS -76.9831 -8.20763 1345 56 1308080001 LA LIBERTAD PATAZ PARCOY PARCOY YES NO DISTRIBUTION NODE MED-GPS -77.4797 -8.03371 3118 57 1308090001 LA LIBERTAD PATAZ PATAZ PATAZ YES NO DISTRIBUTION NODE MED-GPS -77.5939 -7.78511 2620 58 1308100001 LA LIBERTAD PATAZ PIAS PIAS YES NO DISTRIBUTION NODE MED-GPS -77.5466 -7.87204 2631 59 1308110001 LA LIBERTAD PATAZ SANTIAGO DE CHALLAS CHALLAS YES NO DISTRIBUTION NODE MED-GPS -77.3206 -8.43908 3297 60 1308120001 LA LIBERTAD PATAZ TAURIJA TAURIJA YES NO DISTRIBUTION NODE MED-GPS -77.4231 -8.30759 3105 61 1308130001 LA LIBERTAD PATAZ URPAY URPAY YES NO DISTRIBUTION NODE MED-GPS -77.3892 -8.34791 2693 YES AGGREGATION NODE 62 1309010001 LA LIBERTAD SANCHEZ CARRION HUAMACHUCO HUAMACHUCO YES MED-GPS -78.049 -7.81585 3181 (INTERCONECCTION TO RDNFO) 63 1309020001 LA LIBERTAD SANCHEZ CARRION CHUGAY CHUGAY YES NO DISTRIBUTION NODE MED-GPS -77.8678 -7.78237 3371 64 1309030001 LA LIBERTAD SANCHEZ CARRION COCHORCO ARICAPAMPA YES NO DISTRIBUTION NODE MED-GPS -77.7174 -7.80651 2617 65 1309040001 LA LIBERTAD SANCHEZ CARRION CURGOS CURGOS YES NO DISTRIBUTION NODE MED-GPS -77.9436 -7.86027 3236 66 1309050001 LA LIBERTAD SANCHEZ CARRION MARCABAL MARCABAL YES NO DISTRIBUTION NODE MED-GPS -78.0334 -7.70605 2922 67 1309060001 LA LIBERTAD SANCHEZ CARRION SANAGORAN SANAGORAN YES NO DISTRIBUTION NODE MED-GPS -78.1394 -7.78854 2697 68 1309060046 LA LIBERTAD SANCHEZ CARRION SANAGORAN PAMPA VERDE NO NO CONECCTION NODE MED-GPS -78.2031 -7.84014 3197 69 1309070001 LA LIBERTAD SANCHEZ CARRION SARIN SARIN YES NO DISTRIBUTION NODE MED-GPS -77.906 -7.91152 2822 70 1309080001 LA LIBERTAD SANCHEZ CARRION SARTIMBAMBA SARTIMBAMBA YES NO DISTRIBUTION NODE MED-GPS -77.7436 -7.6989 2685 AGGREGATION NODE 71 1310010001 LA LIBERTAD SANTIAGO DE CHUCO SANTIAGO DE CHUCO SANTIAGO DE CHUCO YES YES MED-GPS -78.1733 -8.14537 3103 (INTERCONECCTION TO RDNFO)

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 89 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

NODE DATA LOCATION DATA – (REFERENTIAL) No. DISTRICT PROVINCIAL TYPE OF OPTICAL NODE HEIGHT CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (REGIONAL PROJECT) (m.a.s.l.) 72 1310020001 LA LIBERTAD SANTIAGO DE CHUCO ANGASMARCA ANGASMARCA YES NO DISTRIBUTION NODE MED-GPS -78.0556 -8.13274 2874 73 1310030001 LA LIBERTAD SANTIAGO DE CHUCO CACHICADAN CACHICADAN YES NO DISTRIBUTION NODE MED-GPS -78.1489 -8.09462 2881 74 1310040001 LA LIBERTAD SANTIAGO DE CHUCO MOLLEBAMBA MOLLEBAMBA YES NO DISTRIBUTION NODE MED-GPS -77.9741 -8.17055 3080 75 1310050001 LA LIBERTAD SANTIAGO DE CHUCO MOLLEPATA MOLLEPATA YES NO DISTRIBUTION NODE MED-GPS -77.9574 -8.19346 2674 76 1310060001 LA LIBERTAD SANTIAGO DE CHUCO QUIRUVILCA QUIRUVILCA YES NO DISTRIBUTION NODE MED-GPS -78.3099 -8.00174 3976 77 1310070001 LA LIBERTAD SANTIAGO DE CHUCO SANTA CRUZ DE CHUCA SANTA CRUZ DE CHUCA YES NO DISTRIBUTION NODE MED-GPS -78.1424 -8.12017 2914 78 1310080001 LA LIBERTAD SANTIAGO DE CHUCO SITABAMBA SITABAMBA YES NO DISTRIBUTION NODE MED-GPS -77.7298 -8.02222 3068 79 1310080030 LA LIBERTAD SANTIAGO DE CHUCO SITABAMBA PIJOBAMBA NO NO CONECCTION NODE MED-GPS -77.8026 -8.02017 3519 AGGREGATION NODE 80 1311010001 LA LIBERTAD GRAN CHIMU CASCAS CASCAS YES YES MED-GPS -78.8194 -7.47946 1280 (INTERCONECCTION TO RDNFO) 81 1311010079 LA LIBERTAD GRAN CHIMU CASCAS 9 DE OCTUBRE NO NO CONECCTION NODE MED-GPS -78.6669 -7.56865 798 82 1311020001 LA LIBERTAD GRAN CHIMU LUCMA LUCMA YES NO DISTRIBUTION NODE MED-GPS -78.5526 -7.64065 2172 83 1311030001 LA LIBERTAD GRAN CHIMU MARMOT COMPIN YES NO DISTRIBUTION NODE MED-GPS -78.625889 -7.698686 1514 84 1311040001 LA LIBERTAD GRAN CHIMU SAYAPULLO SAYAPULLO YES NO DISTRIBUTION NODE MED-GPS -78.4659 -7.5955 2366 85 1311040012 LA LIBERTAD GRAN CHIMU SAYAPULLO EL PORVENIR NO NO CONECCTION NODE MED-GPS -78.5353 -7.5702 1638 AGGREGATION NODE 86 1312010001 LA LIBERTAD VIRU VIRU VIRU YES YES MED-GPS -78.7522 -8.41428 77 (INTERCONECCTION TO RDNFO) 87 1312010032 LA LIBERTAD VIRU VIRU PUENTE VIRU NO NO CONECCTION NODE DETAIL -78.77489 -8.4262 57 88 1312020001 LA LIBERTAD VIRU CHAO CHAO YES NO DISTRIBUTION NODE MED-GPS -78.679 -8.53911 81 89 1312030001 LA LIBERTAD VIRU GUADALUPITO GUADALUPITO YES NO DISTRIBUTION NODE MED-GPS -78.624839 -8.951158 31

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 90 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

LA LIBERTAD

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

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) CORE NODE 1 1301010001 LA LIBERTAD TRUJILLO TRUJILLO TRUJILLO YES YES (INTERCONECCTION TO RDNFO) 2 1301020001 LA LIBERTAD TRUJILLO EL PORVENIR EL PORVENIR NO YES DISTRIBUTION NODE 3 1301030001 LA LIBERTAD TRUJILLO FLORENCIA DE MORA FLORENCIA DE MORA NO YES DISTRIBUTION NODE 4 1301040001 LA LIBERTAD TRUJILLO HUANCHACO HUANCHACO NO YES DISTRIBUTION NODE 5 1301050001 LA LIBERTAD TRUJILLO LA ESPERANZA LA ESPERANZA NO YES DISTRIBUTION NODE 6 1301060001 LA LIBERTAD TRUJILLO LAREDO LAREDO NO YES DISTRIBUTION NODE 7 1301070001 LA LIBERTAD TRUJILLO MOCHE MOCHE NO YES DISTRIBUTION NODE 8 1301080001 LA LIBERTAD TRUJILLO POROTO POROTO NO YES DISTRIBUTION NODE 9 1301100001 LA LIBERTAD TRUJILLO SIMBAL SIMBAL NO YES DISTRIBUTION NODE 10 1301110001 LA LIBERTAD TRUJILLO VICTOR LARCO HERRERA BUENOS AIRES NO YES DISTRIBUTION NODE AGGREGATION NODE 11 1302010001 LA LIBERTAD ASCOPE ASCOPE ASCOPE YES YES (INTERCONECCTION TO RDNFO) 12 1302020001 LA LIBERTAD ASCOPE CHICAMA CHICAMA NO YES DISTRIBUTION NODE 13 1302030001 LA LIBERTAD ASCOPE CHOCOPE CHOCOPE NO YES DISTRIBUTION NODE 14 1302040001 LA LIBERTAD ASCOPE MAGDALENA DE CAO MAGDALENA DE CAO NO YES DISTRIBUTION NODE 15 1302050001 LA LIBERTAD ASCOPE PAIJAN PAIJAN NO YES DISTRIBUTION NODE 16 1302070001 LA LIBERTAD ASCOPE SANTIAGO DE CAO SANTIAGO DE CAO NO YES DISTRIBUTION NODE 17 1302080001 LA LIBERTAD ASCOPE CASA GRANDE CASA GRANDE NO YES DISTRIBUTION NODE AGGREGATION NODE 18 1305010001 LA LIBERTAD JULCAN JULCAN JULCAN YES YES (INTERCONECCTION TO RDNFO) 19 1305020001 LA LIBERTAD JULCAN CALAMARCA CALAMARCA NO YES DISTRIBUTION NODE 20 1305030001 LA LIBERTAD JULCAN CARABAMBA CARABAMBA NO YES DISTRIBUTION NODE AGGREGATION NODE 21 1306010001 LA LIBERTAD OTUZCO OTUZCO OTUZCO YES YES (INTERCONECCTION TO RDNFO) 22 1306020001 LA LIBERTAD OTUZCO AGALLPAMPA AGALLPAMPA NO YES DISTRIBUTION NODE 23 1306040001 LA LIBERTAD OTUZCO CHARAT CHARAT NO YES DISTRIBUTION NODE 24 1306050001 LA LIBERTAD OTUZCO HUARANCHAL HUARANCHAL NO YES DISTRIBUTION NODE 25 1306080001 LA LIBERTAD OTUZCO MACHE MACHE NO YES DISTRIBUTION NODE 26 1306100001 LA LIBERTAD OTUZCO PARANDAY PARANDAY NO YES DISTRIBUTION NODE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 91 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) 27 1306110001 LA LIBERTAD OTUZCO SALPO SALPO NO YES DISTRIBUTION NODE 28 1306130001 LA LIBERTAD OTUZCO SINSICAP SINSICAP NO YES DISTRIBUTION NODE 29 1306140001 LA LIBERTAD OTUZCO USQUIL USQUIL NO YES DISTRIBUTION NODE 30 1308020001 LA LIBERTAD PATAZ BULDIBUYO BULDIBUYO NO YES DISTRIBUTION NODE 31 1308030001 LA LIBERTAD PATAZ CHILLIA CHILLIA NO YES DISTRIBUTION NODE 32 1308060001 LA LIBERTAD PATAZ HUAYO HUAYO NO YES DISTRIBUTION NODE 33 1308080001 LA LIBERTAD PATAZ PARCOY PARCOY NO YES DISTRIBUTION NODE AGGREGATION NODE 34 1309010001 LA LIBERTAD SANCHEZ CARRION HUAMACHUCO HUAMACHUCO YES YES (INTERCONECCTION TO RDNFO) 35 1309040001 LA LIBERTAD SANCHEZ CARRION CURGOS CURGOS NO YES DISTRIBUTION NODE 36 1309050001 LA LIBERTAD SANCHEZ CARRION MARCABAL MARCABAL NO YES DISTRIBUTION NODE 37 1309060001 LA LIBERTAD SANCHEZ CARRION SANAGORAN SANAGORAN NO YES DISTRIBUTION NODE 38 1310060001 LA LIBERTAD SANTIAGO DE CHUCO QUIRUVILCA QUIRUVILCA NO YES DISTRIBUTION NODE 39 1311020001 LA LIBERTAD GRAN CHIMU LUCMA LUCMA NO YES DISTRIBUTION NODE 40 1311030001 LA LIBERTAD GRAN CHIMU MARMOT COMPIN NO YES DISTRIBUTION NODE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 92 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

LA LIBERTAD

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

DATA OF THE MAINTENANCE CENTERS No. CodINEI2015 DEPARTMENT PROVINCE

1 1301010001 LA LIBERTAD TRUJILLO

2 1303010001 LA LIBERTAD BOLIVAR

3 1308090001 LA LIBERTAD PATAZ

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 93 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

LA LIBERTAD

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

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 94 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail. LA LIBERTAD Appendix No. 1-D DIAGRAM OF TRANSPORT NETWORK, SUPPORTING INFRASTRUCTURE NODES

DIAGRAMADIAGRAM OF DE TRANSPORTLA RED DE TRANSPORTE NETWORK,, SUPPORTINGNODOS E INFRAESTRUCTURA INFRASTRUCTURE DE SOPORTE NODES LAREGION LIBERTAD LA LIBERTAD REGION

~2 km ~6 km ~8 km ~3 km Pacanga Uchumarca ~2.5 km Guadalupe Pueblo Nuevo ~0.6 km ~5 km

~8 km ~3.5 km ~12.4 km ~1 km ~2.3 km BOLIVAR Razuri ~1 km (Puerto de Malabrigo) Paijan ~11 km ~9 km Longotea SAN PEDRO DE LLOC Bambamarca ~0.9 km ~11.3 km ~0.4 km ~1.3 km ~1 km ~7 km ~7 km ~1.4 km Ucuncha ~12 km ~2.1 km ~2.6 km Jequetepeque Pacasmayo ~1.4 km CHEPEN ~17.5 km Marcabal ~49.2 km ~14 km ~5.4 km ~25.7 km ~19 km ~10 km ~13 km ~22.4 km ASCOPE ~5 km ~23 km Condormarca (Nvo. Condormarca) CASCAS ~12.3 km ~1.1 km ~11.6 km ~3 km Magdalena de Cao Sartimbamba ~1.8 km ~1 km ~2.4 km ~9 km ~1.6 km ~2.5 km ~2 km ~3 km San José ~1 km Pataz ~12.8 km Sayapullo ~9.6 km Cochorco ~16.5 km ~2.2 km ~12 km 9 de Octubre ~8.5 km Chugay (Aricapampa) ~0.8 km ~13.5 km Casa Grande ~5.7 km ~3.5 km ~0.7 km ~14.1 km ~7 km ~5.4 km Santiago de Cao ~1.8 km El Porvenir Pampa Verde Sanagoran ~1.3 km ~12 km ~6.1 km ~8 km ~7.5 km VIRU ~2.2 km ~9.7 km ~7.1 km ~17.3 km ~0.3 km ~2.8 km ~3 km Chocope ~10.5 km ~1.5 km ~2.5 km ~12.8 km Pias ~3 km Lucma ~12.1 km ~1.6 km ~4 km Parcoy Curgos ~21.5 km ~16.5 km ~7.2 km ~9.5 km ~8.7 km ~4 km ~6.8 km ~1.4 km ~2.3 km ~18.5 km ~3.4 km ~6.8 km ~1.8 km ~0.5 km Marmot Chicama HUAMACHUCO ~2.2 km ~15.5 km ~0.6 km (Compin) Huaranchal ~7.5 km ~1 km Huayo Puente Virú ~8 km ~2.5 km ~0.5 km ~9 km Chao ~22.4 km Sarin ~5.4 km ~2.7 km ~16.3 km ~25.8 km OTUZCO ~4.1 km ~0.3 km ~18.7 km ~0.6 km Charat ~18.6 km ~35.5 km ~0.8 km ~11 km

Pijobamba Buldibuyo ~4.7 km ~10 km ~14 km ~8.6 km ~0.5 km ~9.4 km ~0.3 km ~1.2 km ~1.2 km Huanchaco Florencia de Mora Usquil Chillia ~0.3 km ~9.4 km ~0.2 km ~1.7 km ~6.3 km ~6.6 km Sitabamba ~8.1 km ~0.2 km ~16.9 km ~19.1 km Arcaypata ~3 km ~0.3 km Cruz Pampa Huaylillas ~15.3 km ~0.1 km ~1 km La Esperanza ~0.5 km ~5 km ~10.5 km ~2.4 km ~2.8 km Paranday ~0.3 km ~5.4 km ~3.3 km ~12.1 km Sinsicap ~3 km ~0.9 km Taurija ~0.6 km ~1 km Guadalupito ~0.3 km La Cuesta ~0.6 km ~0.1 km ~10.6 km ~5.9 km ~3.7 km ~16.1 km TRUJILLO Urpay ~14 km ~0.2 km TAYABAMBA ~20.8 km ~0.6 km ~0.5 km ~13.3 km Quiruvilca Santiago de ~0.1 km Challas ~6.4 km ~2 km ~59.2 km ~7 km ~4.1 km ~1.7 km~1.5 km Victor Larco Herrera ~0.1 km Simbal (Buenos Aires) El Porvenir Huancaspata ~2.1 km JULCAN ~28 km ~6.4 km ~3.4 km Ongon ~2.5 km ~17.5 km ~7.9 km ~0.2 km REGIONAL PROJECT LA LIBERTAD ~0.3 km Poroto ~8.1 km PROYECTO REGIONAL LA LIBERTAD Laredo ~1.1 km ~1 km SANTIAGO DE LEGEND ~6.5 km ~22.7 km CHUCO LEYENDA ~6.6 km ~0.3 km ~3.3 km PRNodo Core Core Node PR ((RegionalCapital Regional Capital)) Salpo Moche ~2 km ~3.3 km ~11 km ~0.2 km ~4.1 km Calamarca Cachicadan PRNodo Aggregation de Agregación Node PR – – Distribution Nodo de Distribución Node RDNFO RDNFO ~7.3 km ~0.5 km ~4 km ~0.7 km ~3 km ~1.8 km PRNodo Distribution de Distribución Node PR Santa Cruz de Chuca Agallpampa ~7.5 km ~0.1 km ConnectionNodo de Conexión node PR PR ~0.6 km ~7.8 km ~1.7 km ~6.5 km ~11.1 km ConnectionNodo de Conexión node RDNFO RDNFO ~6.7 km ~0.5 km ~11 km ~3.2 km High voltage ~2.6 km ~11.8 km Alta Tensión ~3.5 km Huaso ~0.3 km Medium voltage ~7 km Angasmarca Mollepata Media Tensión Mache ~3.8 km ~8.2 km Cruz Pampa RRoaded V íalsystem ~1.1 km Carabamba Mollebamba PR:PR: PROYECTO regional REGIONALproject Salaverry Los Angeles RDNFO:RDNFO: NATIONALRED DORSAL FIBER NACIONAL OPTIC BACKBONEDE FIBRA OPTICA NETWORK ~5.7 km

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 95 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PASCO

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE HEIGH No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (REGIONAL PROJECT) (m.a.l.s.) 1 1902020001 PASCO DANIEL ALCIDES CARRION CHACAYAN CHACAYAN NO YES DISTRIBUTION NODE MED-GPS -76.437626 -10.434309 3,360 2 1902030001 PASCO DANIEL ALCIDES CARRION GOYLLARISQUIZGA GOYLLARISQUIZGA NO YES DISTRIBUTION NODE MED-GPS -76.408318 -10.474707 4,167 3 1902040001 PASCO DANIEL ALCIDES CARRION PAUCAR PAUCAR NO YES DISTRIBUTION NODE MED-GPS -76.443133 -10.371042 3,353 SAN PEDRO DE DISTRIBUTION NODE 4 1902050001 PASCO DANIEL ALCIDES CARRION SAN PEDRO DE PILLAO NO YES MED-GPS -76.494894 -10.438929 3,630 PILLAO 5 1902060001 PASCO DANIEL ALCIDES CARRION SANTA ANA DE TUSI SANTA ANA DE TUSI NO YES DISTRIBUTION NODE MED-GPS -76.353748 -10.472194 3,760 6 1902070001 PASCO DANIEL ALCIDES CARRION TAPUC TAPUC NO YES DISTRIBUTION NODE MED-GPS -76.461577 -10.455065 3,669 7 1902080001 PASCO DANIEL ALCIDES CARRION VILCABAMBA VILCABAMBA NO YES DISTRIBUTION NODE MED-GPS -76.447203 -10.478701 3,446 8 1902010098 PASCO DANIEL ALCIDES CARRION YANAHUANCA CHINCHE NO NO CONECCTION NODE MED-GPS -76.585962 -10.507710 3,473 9 1902010180 PASCO DANIEL ALCIDES CARRION YANAHUANCA TAMBOPAMPA NO NO CONECCTION NODE MED-GPS -76.455516 -10.599874 4,225 AGGREGATION NODE 10 1902010001 PASCO DANIEL ALCIDES CARRION YANAHUANCA YANAHUANCA YES YES MED-GPS -76.516626 -10.491333 3,183 (CONECCTION TO RDNFO) CHONTABAMBA(CH DISTRIBUTION NODE 11 1903020001 PASCO OXAPAMPA CHONTABAMBA NO YES MED-GPS -75.438785 -10.602726 1,826 URUMAZU) 12 1903080001 PASCO OXAPAMPA CONSTITUCION CONSTITUCION NO YES DISTRIBUTION NODE MED-GPS -75.017374 -9.857197 237 13 1903080045 PASCO OXAPAMPA CONSTITUCION UNION SIRIA NO NO CONECCTION NODE MED-GPS -75.026977 -10.074028 236 14 1903030001 PASCO OXAPAMPA HUANCABAMBA HUANCABAMBA NO YES DISTRIBUTION NODE MED-GPS -75.524417 -10.426337 1,734 AGGREGATION NODE 15 1903010001 PASCO OXAPAMPA OXAPAMPA OXAPAMPA YES YES MED-GPS -75.404622 -10.574283 1,810 (CONECCTION TO RDNFO) 16 1903040001 PASCO OXAPAMPA PALCAZU ISCOZACIN NO YES DISTRIBUTION NODE MED-GPS -75.149518 -10.184394 282 17 1903050006 PASCO OXAPAMPA POZUZO OSOMAYO NO NO CONECCTION NODE MED-GPS -75.582512 -9.848596 1,109 18 1903050001 PASCO OXAPAMPA POZUZO POZUZO NO YES DISTRIBUTION NODE MED-GPS -75.550654 -10.070871 730 19 1903050038 PASCO OXAPAMPA POZUZO SANTA ROSA NO NO CONECCTION NODE MED-GPS -75.506719 -9.992827 634 20 1903050093 PASCO OXAPAMPA POZUZO TINGO MAL PASO NO NO CONECCTION NODE MED-GPS -75.642888 -10.027415 832 21 1903060001 PASCO OXAPAMPA PUERTO BERMUDEZ PUERTO BERMUDEZ NO YES DISTRIBUTION NODE MED-GPS -74.935528 -10.297410 256 SAN JUAN DE 22 1903070022 PASCO OXAPAMPA VILLA RICA NO NO CONECCTION NODE MED-GPS -75.116311 -10.658124 871 CACAZU SAN MIGUEL DE 23 1903070046 PASCO OXAPAMPA VILLA RICA NO NO CONECCTION NODE MED-GPS -75.216882 -10.747120 1,509 ENEÑAS 24 1903070001 PASCO OXAPAMPA VILLA RICA VILLA RICA NO YES DISTRIBUTION NODE MED-GPS -75.267728 -10.735184 1,464 AGGREGATION NODE 25 1901010001 PASCO PASCO CHAUPIMARCA CERRO DE PASCO YES YES MED-GPS -76.256103 -10.683507 4,340 (CONECCTION TO RDNFO) 26 1901020001 PASCO PASCO HUACHON HUACHON NO YES DISTRIBUTION NODE MED-GPS -75.950857 -10.636432 3,381 27 1901020049 PASCO PASCO HUACHON QUIPARACRA NO NO CONECCTION NODE MED-GPS -75.869575 -10.644494 3,050 28 1901030001 PASCO PASCO HUARIACA HUARIACA NO YES DISTRIBUTION NODE MED-GPS -76.189559 -10.442006 2,956 29 1901040001 PASCO PASCO HUAYLLAY HUAYLLAY NO YES DISTRIBUTION NODE MED-GPS -76.364828 -11.002159 4,312 30 1901050001 PASCO PASCO NINACACA NINACACA NO YES DISTRIBUTION NODE MED-GPS -76.112708 -10.855564 4,143 31 1901060001 PASCO PASCO PALLANCHACRA PALLANCHACRA NO YES DISTRIBUTION NODE MED-GPS -76.235094 -10.415032 3,111

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 96 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE HEIGH No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (REGIONAL PROJECT) (m.a.l.s.) 32 1901070025 PASCO PASCO PAUCARTAMBO AUQUIMARCA NO NO CONECCTION NODE MED-GPS -75.710072 -10.749263 2,716 33 1901070081 PASCO PASCO PAUCARTAMBO BELLAVISTA NO NO CONECCTION NODE MED-GPS -75.872677 -10.809459 3,642 34 1901070001 PASCO PASCO PAUCARTAMBO PAUCARTAMBO NO YES DISTRIBUTION NODE MED-GPS -75.813474 -10.774672 2,931 SAN FRANCISCO DE ASIS 35 1901080066 PASCO PASCO MILPO NO NO CONECCTION NODE MED-GPS -76.214672 -10.595996 4,187 DE YARUSYACAN SAN FRANCISCO DE ASIS YES 36 1901080001 PASCO PASCO YARUSYACAN NO DISTRIBUTION NODE MED-GPS -76.195932 -10.490068 3,767 DE YARUSYACAN SAN ANTONIO DE YES 37 1901090001 PASCO PASCO SIMON BOLIVAR NO DISTRIBUTION NODE MED-GPS -76.316509 -10.689777 4,200 RANCAS 38 1901100001 PASCO PASCO TICLACAYAN TICLACAYAN NO YES DISTRIBUTION NODE MED-GPS -76.164005 -10.534454 3,517 TINYAHUARCO YES 39 1901110001 PASCO PASCO TINYAHUARCO NO DISTRIBUTION NODE MED-GPS -76.274801 -10.769397 4,276 (SMELTER) 40 1901120001 PASCO PASCO VICCO VICCO NO YES DISTRIBUTION NODE MED-GPS -76.236201 -10.841038 4,105 SAN ISIDRO DE 41 1901130103 PASCO PASCO YANACANCHA NO NO CONECCTION NODE MED-GPS -76.184455 -10.590881 3,590 YANAPAMPA 42 1901130001 PASCO PASCO YANACANCHA YANACANCHA NO YES DISTRIBUTION NODE MED-GPS -76.254452 -10.670071 4,336

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 97 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PASCO

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

PROVINCIAL DISTRICT TYPE OF OPTICAL NODE No. CodINEI2015 DEPARTMENT PROVINCE DISTRICT LOCALITY CAPITAL CAPITAL (REGIONAL PROJECT) 1 1902020001 PASCO DANIEL ALCIDES CARRION CHACAYAN CHACAYAN NO YES DISTRIBUTION NODE 2 1902030001 PASCO DANIEL ALCIDES CARRION GOYLLARISQUIZGA GOYLLARISQUIZGA NO YES DISTRIBUTION NODE 3 1902040001 PASCO DANIEL ALCIDES CARRION PAUCAR PAUCAR NO YES DISTRIBUTION NODE 4 1902050001 PASCO DANIEL ALCIDES CARRION SAN PEDRO DE PILLAO SAN PEDRO DE PILLAO NO YES DISTRIBUTION NODE 5 1902060001 PASCO DANIEL ALCIDES CARRION SANTA ANA DE TUSI SANTA ANA DE TUSI NO YES DISTRIBUTION NODE 6 1902070001 PASCO DANIEL ALCIDES CARRION TAPUC TAPUC NO YES DISTRIBUTION NODE 7 1902080001 PASCO DANIEL ALCIDES CARRION VILCABAMBA VILCABAMBA NO YES DISTRIBUTION NODE 8 1902010098 PASCO DANIEL ALCIDES CARRION YANAHUANCA CHINCHE NO NO CONECCTION NODE 9 1902010180 PASCO DANIEL ALCIDES CARRION YANAHUANCA TAMBOPAMPA NO NO CONECCTION NODE YES YES AGGREGATION NODE 10 1902010001 PASCO DANIEL ALCIDES CARRION YANAHUANCA YANAHUANCA (CONECCTION TO RDNFO) YES YES AGGREGATION NODE 11 1901010001 PASCO PASCO CHAUPIMARCA CERRO DE PASCO (CONECCTION TO RDNFO) 12 1901020001 PASCO PASCO HUACHON HUACHON NO YES DISTRIBUTION NODE 13 1901020049 PASCO PASCO HUACHON QUIPARACRA NO NO CONECCTION NODE 14 1901030001 PASCO PASCO HUARIACA HUARIACA NO YES DISTRIBUTION NODE 15 1901050001 PASCO PASCO NINACACA NINACACA NO YES DISTRIBUTION NODE 16 1901060001 PASCO PASCO PALLANCHACRA PALLANCHACRA NO YES DISTRIBUTION NODE 17 1901070025 PASCO PASCO PAUCARTAMBO AUQUIMARCA NO NO CONECCTION NODE 18 1901070081 PASCO PASCO PAUCARTAMBO BELLAVISTA NO NO CONECCTION NODE 19 1901070001 PASCO PASCO PAUCARTAMBO PAUCARTAMBO NO YES DISTRIBUTION NODE SAN FRANCISCO DE ASIS 20 1901080066 PASCO PASCO MILPO NO NO CONECCTION NODE DE YARUSYACAN SAN FRANCISCO DE ASIS YES DISTRIBUTION NODE 21 1901080001 PASCO PASCO YARUSYACAN NO DE YARUSYACAN SAN ANTONIO DE YES DISTRIBUTION NODE 22 1901090001 PASCO PASCO SIMON BOLIVAR NO RANCAS 23 1901100001 PASCO PASCO TICLACAYAN TICLACAYAN NO YES DISTRIBUTION NODE 24 1901110001 PASCO PASCO TINYAHUARCO TINYAHUARCO (SMELTER) NO YES DISTRIBUTION NODE 25 1901120001 PASCO PASCO VICCO VICCO NO YES DISTRIBUTION NODE SAN ISIDRO DE 26 1901130103 PASCO PASCO YANACANCHA NO NO CONECCTION NODE YANAPAMPA 27 1901130001 PASCO PASCO YANACANCHA YANACANCHA NO YES DISTRIBUTION NODE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 98 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PASCO

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

No. CodINEI2015 DEPARTMENT PROVINCE 1 1903060001 PASCO OXAPAMPA 2 1901020001 PASCO PASCO

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 99 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

PASCO

Appendix No. 1-D DIAGRAMA DE LA RED DE TRANSPORTE, NODOS DE INFRAESTRUCTURA DE SOPORTE

DIAGRAMDIAGRAMA OF TRANSPORTDE LA RED DE TRANSPORTENETWORK, SUPPORTING, NODOS E INFRAESTRUCTURA INFRASTRUCTURE DE SOPORTE NODES PASCOREGION REGION PASCO

LEGENDLEYENDA

PAUCAR PRNodo Core Core Node PR (Regional(Capital Regional Capital)) ~ 6km ~ 3km ~ 3km PRNodo Aggregation de Agregación Node PR – Distribution – Nodo de NodeDistribución RDNFO RDNFO ~ 2km PRNodo Aggregation de Agregación Node PR – Connection – Nodo de NodeConexión RDNFO RDNFO SAN PEDRO DE PILLAO ~ 14km CONECCTIONCONEXIÓN CON WITH EL PR PRNodo Distribution de Distribución Node PR ~ 4km PRHUÁNUCO HUANUCO (CODO (CODO DEL Nodo de Conexión PR DEL POZUZO)POZUZO ) Connection node PR ~ 1.5km CHACAYAN ~ 3km ConnectionNodo de Conexión node RDNFO RDNFO

YANAHUANCA Alta Tensión CHINCHE ~ 1.4km ~ 1km High voltage ~ 10km ~ 5km ~ 26km Media Tensión ~ 7km Medium voltage ~ 3km RoadRed V systemíal TAPUC GOYLLARISQUIZGA ~ 3km ~ 7km PR:PR: REGIONALPROYECTO PROJECT REGIONAL ~ 3km RDNFO:RDNFO: NATIONAL RED DORSAL FIBER NACIONAL OPTIC BACKBONE DE FIBRA NETWORKOPTICA OSOMAYO ~ 6km ~ 8km VILCABAMBA ~ 5km

~ 9km PALLANCHACRA ~ 16km ~ 4km SANTA ANA ~ 3km SANTA ROSA DE TUSI

~ 6km ~ 10km ~ 18km CIUDAD ~ 5km CONSTITUCION ~ 45km ~ 9km ~ 13km ~ 13km HUARIACA ~ 13km TINGO MAL TAMBOPAMPA ~ 3km ~ 4km PASO ~ 37km ~ 15km ~ 8km ~ 9km YARUSYACAN POZUZO ~ 27km ~ 5km IZCOSACIN ~ 19km ~ 6km UNION SIRIA TICLACAYAN SAN ANTONIO DE ~ 2km HUANCABAMBA ~ 22km ~ 13km RANCAS ~ 9km ~ 25km ~ 14km SAN ISIDRO DE ~ 6km ~ 3km YANAPAMPA CHONTABAMBA OXAPAMPA ~ 1km ~ 6km ~ 49km PUERTO ~ 6km CERRO DE MILPO BERMUDEZ ~ 3km ~ 3km PASCO ~ 12km YANACANCHA ~ 2km SAN JUAN DE CACAZU ~ 5km ~ 3km ~ 2.3km ~ 9km ~ 25km ~ 16km ~ 21km ~ 7km ~ 17km ~ 12km ~ 2km ~ 9km TINYAHUARCO ~ 13km VILLA RICA SAN MIGUEL ~ 5km DE ENEÑAS ~ 5km ~ 1km HUACHON QUIPARACRA ~ 6km ~ 7km ~ 8km ~ 6km ~ 20km ~ 7km ~ 10km ~ 8km ~ 3km ~ 8km ~ 10km VICO HUAYLLAY NINACACA ~ 10km ~ 24km ~ 15km ~ 15km

~ 2.6km

~ 4.3km ~ 4.6km BELLAVISTA ~ 3km PAUCARTAMBO ~ 26km AUQUIMARCA ~ 8km ~ 0.7km ~ 7.5km ~ 11km ~ 2.5km

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 100 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

SAN MARTÍN

Appendix No. 1-A LIST OF TRANSPORT NETWORK NODES

DISTRICT PROVINCIAL HEIGHT No. CodINEI DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.s.l.) AGGREGATION (CONECCTION 1 2201010001 SAN MARTIN MOYOBAMBA MOYOBAMBA MOYOBAMBA YES YES MED_GPS -76.973253 -6.034873 875 TO RDNFO) 2 2201030001 SAN MARTIN MOYOBAMBA HABANA HABANA YES NO DISTRIBUTION FIELD -77.0914 -6.07975 799 3 2201040001 SAN MARTIN MOYOBAMBA JEPELACIO JEPELACIO YES NO DISTRIBUTION FIELD -76.91503 -6.1083 1,070 4 2201050001 SAN MARTIN MOYOBAMBA SORITOR SORITOR YES NO DISTRIBUTION FIELD -77.10428 -6.13809 886 5 2201060001 SAN MARTIN MOYOBAMBA YANTALO YANTALO YES NO DISTRIBUTION FIELD -77.02122 -5.974292 839 AGGREGATION (CONECCTION 6 2202010001 SAN MARTIN BELLAVISTA BELLAVISTA BELLAVISTA YES YES FIELD -76.59327 -7.06159 319 TO RDNFO) 7 2202020001 SAN MARTIN BELLAVISTA ALTO BIAVO CUZCO YES NO DISTRIBUTION FIELD -76.4752 -7.25625 262 8 2202030001 SAN MARTIN BELLAVISTA BAJO BIAVO NUEVO LIMA YES NO DISTRIBUTION FIELD -76.47125 -7.09756 265 9 2202040001 SAN MARTIN BELLAVISTA HUALLAGA LEDOY YES NO DISTRIBUTION FIELD -76.64837 -7.13128 262 10 2202050001 SAN MARTIN BELLAVISTA SAN PABLO SAN PABLO YES NO DISTRIBUTION FIELD -76.57474 -6.81022 272 11 2202060001 SAN MARTIN BELLAVISTA SAN RAFAEL SAN RAFAEL YES NO DISTRIBUTION FIELD -76.46706 -7.02346 242 AGGREGATION (CONECCTION 12 2203010001 SAN MARTIN EL DORADO SAN JOSE DE SISA SAN JOSE DE SISA YES YES FIELD -76.69279 -6.61302 353 TO RDNFO) 13 2203020001 SAN MARTIN EL DORADO AGUA BLANCA AGUA BLANCA YES NO DISTRIBUTION FIELD -76.69484 -6.7254 320 14 2203030001 SAN MARTIN EL DORADO SAN MARTIN SAN MARTIN YES NO DISTRIBUTION FIELD -76.73965 -6.51451 426 15 2203040001 SAN MARTIN EL DORADO SANTA ROSA SANTA ROSA YES NO DISTRIBUTION FIELD -76.62364 -6.74673 295 16 2203050001 SAN MARTIN EL DORADO SHATOJA SHATOJA YES NO DISTRIBUTION FIELD -76.71998 -6.52829 421 AGGREGATION (CONECCTION 17 2204010001 SAN MARTIN HUALLAGA SAPOSOA SAPOSOA YES SI FIELD -76.77237 -6.93649 319 TO RDNFO) 18 2204020001 SAN MARTIN HUALLAGA ALTO SAPOSOA PASARRAYA YES NO DISTRIBUTION FIELD -76.81371 -6.76567 412 19 2204030001 SAN MARTIN HUALLAGA EL ESLABON EL ESLABON YES NO DISTRIBUTION FIELD -76.7235 -7.02171 288 20 2204040001 SAN MARTIN HUALLAGA PISCOYACU PISCOYACU YES NO DISTRIBUTION FIELD -76.7696 -6.98121 299 21 2204050001 SAN MARTIN HUALLAGA SACANCHE SACANCHE YES NO DISTRIBUTION FIELD -76.71319 -7.06992 284 AGGREGATION (CONECCTION 22 2205010001 SAN MARTIN LAMAS LAMAS LAMAS YES YES FIELD -76.51658 -6.42157 811 TO RDNFO) ALONSO DE DISTRIBUTION 23 2205020001 SAN MARTIN LAMAS ROQUE YES NO FIELD -76.77521 -6.3554 1,081 ALVARADO 24 2205030001 SAN MARTIN LAMAS BARRANQUITA BARRANQUITA YES NO DISTRIBUTION MED_GPS -76.033 -6.25196 159 25 2205040001 SAN MARTIN LAMAS CAYNARACHI PONGO DE CAYNARACHI YES NO DISTRIBUTION FIELD -76.28406 -6.33115 195 26 2205050001 SAN MARTIN LAMAS CUÑUMBUQUI CUÑUMBUQUI YES NO DISTRIBUTION FIELD -76.48176 -6.51066 246 27 2205060001 SAN MARTIN LAMAS PINTO RECODO PINTO RECODO YES NO DISTRIBUTION FIELD -76.60573 -6.37819 312

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 101 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DISTRICT PROVINCIAL HEIGHT No. CodINEI DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.s.l.) 28 2205070001 SAN MARTIN LAMAS RUMISAPA RUMISAPA YES NO DISTRIBUTION FIELD -76.47151 -6.44903 340 SAN ROQUE DE DISTRIBUTION 29 2205080001 SAN MARTIN LAMAS SAN ROQUE DE CUMBAZA YES NO FIELD -76.43862 -6.38545 615 CUMBAZA 30 2205090001 SAN MARTIN LAMAS SHANAO SHANAO YES NO DISTRIBUTION FIELD -76.59424 -6.41168 286 31 2205100001 SAN MARTIN LAMAS TABALOSOS TABALOSOS YES NO DISTRIBUTION FIELD -76.63425 -6.38906 599 32 2205110001 SAN MARTIN LAMAS ZAPATERO ZAPATERO YES NO DISTRIBUTION FIELD -76.49436 -6.52954 294 MARISCAL AGGREGATION (CONECCTION 33 2206010001 SAN MARTIN JUANJUI JUANJUI YES YES FIELD -76.72661 -7.17848 270 CACERES TO RDNFO) MARISCAL DISTRIBUTION 34 2206020001 SAN MARTIN CAMPANILLA CAMPANILLA YES NO FIELD -76.6495 -7.48334 317 CACERES MARISCAL DISTRIBUTION 35 2206030001 SAN MARTIN HUICUNGO HUICUNGO YES NO FIELD -76.77725 -7.31708 297 CACERES MARISCAL DISTRIBUTION 36 2206040001 SAN MARTIN PACHIZA PACHIZA YES NO FIELD -76.77327 -7.29862 299 CACERES MARISCAL DISTRIBUTION 37 2206050001 SAN MARTIN PAJARILLO PAJARILLO YES NO FIELD -76.68866 -7.17698 272 CACERES AGGREGATION (CONECCTION 38 2207010001 SAN MARTIN PICOTA PICOTA PICOTA YES YES FIELD -76.33122 -6.91794 223 TO RDNFO) 39 2207020001 SAN MARTIN PICOTA BUENOS AIRES BUENOS AIRES YES NO DISTRIBUTION FIELD -76.32803 -6.79135 218 40 2207030001 SAN MARTIN PICOTA CASPISAPA CASPISAPA YES NO DISTRIBUTION FIELD -76.41741 -6.95647 231 41 2207040001 SAN MARTIN PICOTA PILLUANA PILLUANA YES NO DISTRIBUTION FIELD -76.29167 -6.77641 220 42 2207050001 SAN MARTIN PICOTA PUCACACA PUCACACA YES NO DISTRIBUTION FIELD -76.34086 -6.84882 210 43 2207060001 SAN MARTIN PICOTA SAN CRISTOBAL PUERTO RICO YES NO DISTRIBUTION FIELD -76.41737 -6.99188 228 44 2207070001 SAN MARTIN PICOTA SAN HILARION SAN CRISTOBAL DE SISA YES NO DISTRIBUTION FIELD -76.43972 -7.00262 228 45 2207080001 SAN MARTIN PICOTA SHAMBOYACU SHAMBOYACU YES NO DISTRIBUTION FIELD -76.13237 -7.02368 297 46 2207090001 SAN MARTIN PICOTA TINGO DE PONASA TINGO DE PONASA YES NO DISTRIBUTION FIELD -76.25389 -6.93636 239 47 2207100001 SAN MARTIN PICOTA TRES UNIDOS TRES UNIDOS YES NO DISTRIBUTION FIELD -76.23399 -6.80618 236 AGGREGATION (CONECCTION 48 2208010001 SAN MARTIN RIOJA RIOJA RIOJA YES YES FIELD -77.16825 -6.06247 853 TO RDNFO) 49 2208020001 SAN MARTIN RIOJA AWAJUN BAJO NARANJILLO YES NO DISTRIBUTION MED_GPS -77.3835 -5.81624 876 ELIAS SOPLIN SEGUNDA JERUSALEN- 50 2208030001 SAN MARTIN RIOJA YES NO DISTRIBUTION FIELD -77.27753 -5.98833 835 VARGAS AZUNGUILLO NUEVA 51 2208040001 SAN MARTIN RIOJA NUEVA CAJAMARCA YES NO DISTRIBUTION FIELD -77.3093 -5.93952 885 CAJAMARCA 52 2208050001 SAN MARTIN RIOJA PARDO MIGUEL NARANJOS YES NO DISTRIBUTION FIELD -77.50454 -5.73946 965 53 2208050020 SAN MARTIN RIOJA PARDO MIGUEL SAN JUAN DEL MAYO NO NO CONECCTION MED_GPS -77.5146 -5.70339 909 SANTA ROSA DEL 54 2208050023 SAN MARTIN RIOJA PARDO MIGUEL NO NO CONECCTION MED_GPS -77.5381 -5.73422 1,038 MIRADOR 55 2208060001 SAN MARTIN RIOJA POSIC POSIC YES NO DISTRIBUTION FIELD -77.16203 -6.01347 826

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 102 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DISTRICT PROVINCIAL HEIGHT No. CodINEI DEPARTMENT PROVINCE DISTRICT LOCALITY NODE SOURCE LONGITUDE LATITUDE CAPITAL CAPITAL (m.a.s.l.) 56 2208070001 SAN MARTIN RIOJA SAN FERNANDO SAN FERNANDO YES NO DISTRIBUTION FIELD -77.26984 -5.90147 833 57 2208080001 SAN MARTIN RIOJA YORONGOS YORONGOS YES NO DISTRIBUTION FIELD -77.14394 -6.13832 895 58 2208090001 SAN MARTIN RIOJA YURACYACU YURACYACU YES NO DISTRIBUTION FIELD -77.22647 -5.93122 822 AGGREGATION (CONECCTION FIELD 59 2209010001 SAN MARTIN SAN MARTIN TARAPOTO TARAPOTO YES YES -76.36031 -6.48943 336 TO RDNFO) 60 2209020001 SAN MARTIN SAN MARTIN ALBERTO LEVEAU UTCURARCA YES NO DISTRIBUTION FIELD -76.28632 -6.66306 207 61 2209030001 SAN MARTIN SAN MARTIN CACATACHI CACATACHI YES NO DISTRIBUTION FIELD -76.4512 -6.46182 298 62 2209040001 SAN MARTIN SAN MARTIN CHAZUTA CHAZUTA YES NO DISTRIBUTION FIELD -76.13271 -6.57151 186 63 2209050001 SAN MARTIN SAN MARTIN CHIPURANA NAVARRO YES NO DISTRIBUTION FIELD -75.73293 -6.376198 147 64 2209060001 SAN MARTIN SAN MARTIN EL PORVENIR PELEJO YES NO DISTRIBUTION MED_GPS -75.8008 -6.21188 139 65 2209070001 SAN MARTIN SAN MARTIN HUIMBAYOC HUIMBAYOC YES NO DISTRIBUTION INEI -75.76585 -6.41687 173 66 2209080001 SAN MARTIN SAN MARTIN JUAN GUERRA JUAN GUERRA YES NO DISTRIBUTION MED_GPS -76.3242 -6.58426 230 LA BANDA DE 67 2209090001 SAN MARTIN SAN MARTIN LA BANDA YES NO DISTRIBUTION FIELD -76.35464 -6.49085 317 SHILCAYO 68 2209100001 SAN MARTIN SAN MARTIN MORALES MORALES YES NO DISTRIBUTION FIELD -76.38292 -6.47904 292 69 2209110001 SAN MARTIN SAN MARTIN PAPAPLAYA PAPAPLAYA YES NO DISTRIBUTION MED_GPS -75.7817 -6.20929 142 70 2209120001 SAN MARTIN SAN MARTIN SAN ANTONIO SAN ANTONIO YES NO DISTRIBUTION FIELD -76.40698 -6.40889 495 71 2209130001 SAN MARTIN SAN MARTIN SAUCE SAUCE YES NO DISTRIBUTION FIELD -76.21511 -6.69061 615 72 2209140001 SAN MARTIN SAN MARTIN SHAPAJA SHAPAJA YES NO DISTRIBUTION INEI -76.26539 -6.58012 207 AGGREGATION (CONECCTION 73 2210010001 SAN MARTIN TOCACHE TOCACHE TOCACHE YES YES FIELD -76.51128 -8.18174 503 TO RDNFO) Regional 74 2210010009 SAN MARTIN TOCACHE TOCACHE NUEVO BAMBAMARCA NO NO CONECCTION -76.5857 -8.14481 500 government 75 2210020001 SAN MARTIN TOCACHE NUEVO PROGRESO NUEVO PROGRESO YES NO DISTRIBUTION FIELD -76.32634 -8.45028 508 76 2210030001 SAN MARTIN TOCACHE POLVORA POLVORA YES NO DISTRIBUTION FIELD -76.66765 -7.90793 548 77 2210030016 SAN MARTIN TOCACHE POLVORA PUERTO PISANA NO NO CONECCTION INEI -76.64673 -8.00828 465 78 2210040001 SAN MARTIN TOCACHE SHUNTE MONTE CRISTO YES NO DISTRIBUTION FIELD -76.72928 -8.35085 1,007 79 2210050001 SAN MARTIN TOCACHE UCHIZA UCHIZA YES NO DISTRIBUTION MED_GPS -76.462 -8.45893 560 80 2210050015 SAN MARTIN TOCACHE UCHIZA SANTA LUCIA NO NO CONECCTION IGN -76.3872 -8.34581 503

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 103 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

SAN MARTÍN

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

DISTRICT PROVINCIAL No. CodINEI10 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE CAPITAL CAPITAL 1 2201010001 SAN MARTIN MOYOBAMBA MOYOBAMBA MOYOBAMBA YES YES AGGREGATION ( CONECCTION TO RDNFO) 2 2201060001 SAN MARTIN MOYOBAMBA YANTALO YANTALO YES NO DISTRIBUTION 3 2202050001 SAN MARTIN BELLAVISTA SAN PABLO SAN PABLO YES NO DISTRIBUTION 4 2202060001 SAN MARTIN BELLAVISTA SAN RAFAEL SAN RAFAEL YES NO DISTRIBUTION 5 2203010001 SAN MARTIN EL DORADO SAN JOSE DE SISA SAN JOSE DE SISA YES YES AGGREGATION ( CONECCTION TO RDNFO) 6 2203030001 SAN MARTIN EL DORADO SAN MARTIN SAN MARTIN YES NO DISTRIBUTION 7 2203050001 SAN MARTIN EL DORADO SHATOJA SHATOJA YES NO DISTRIBUTION 8 2205010001 SAN MARTIN LAMAS LAMAS LAMAS YES YES AGGREGATION ( CONECCTION TO RDNFO) 9 2205020001 SAN MARTIN LAMAS ALONSO DE ALVARADO ROQUE YES NO DISTRIBUTION 10 2205030001 SAN MARTIN LAMAS BARRANQUITA BARRANQUITA YES NO DISTRIBUTION 11 2205040001 SAN MARTIN LAMAS CAYNARACHI PONGO DE CAYNARACHI YES NO DISTRIBUTION 12 2205050001 SAN MARTIN LAMAS CUÑUMBUQUI CUÑUMBUQUI YES NO DISTRIBUTION 13 2205070001 SAN MARTIN LAMAS RUMISAPA RUMISAPA YES NO DISTRIBUTION 14 2205100001 SAN MARTIN LAMAS TABALOSOS TABALOSOS YES NO DISTRIBUTION 15 2205110001 SAN MARTIN LAMAS ZAPATERO ZAPATERO YES NO DISTRIBUTION 16 2207010001 SAN MARTIN PICOTA PICOTA PICOTA YES YES AGGREGATION ( CONECCTION TO RDNFO) 17 2207020001 SAN MARTIN PICOTA BUENOS AIRES BUENOS AIRES YES NO DISTRIBUTION 18 2207030001 SAN MARTIN PICOTA CASPISAPA CASPISAPA YES NO DISTRIBUTION 19 2207050001 SAN MARTIN PICOTA PUCACACA PUCACACA YES NO DISTRIBUTION 20 2207060001 SAN MARTIN PICOTA SAN CRISTOBAL PUERTO RICO YES NO DISTRIBUTION 21 2207070001 SAN MARTIN PICOTA SAN HILARION SAN CRISTOBAL DE SISA YES NO DISTRIBUTION SEGUNDA JERUSALEN- 22 2208030001 SAN MARTIN RIOJA ELIAS SOPLIN VARGAS YES NO DISTRIBUTION AZUNGUILLO 23 2208040001 SAN MARTIN RIOJA NUEVA CAJAMARCA NUEVA CAJAMARCA YES NO DISTRIBUTION 24 2208070001 SAN MARTIN RIOJA SAN FERNANDO SAN FERNANDO YES NO DISTRIBUTION 25 2208090001 SAN MARTIN RIOJA YURACYACU YURACYACU YES NO DISTRIBUTION 26 2209030001 SAN MARTIN SAN MARTIN CACATACHI CACATACHI YES NO DISTRIBUTION 27 2209040001 SAN MARTIN SAN MARTIN CHAZUTA CHAZUTA YES NO DISTRIBUTION 28 2209050001 SAN MARTIN SAN MARTIN CHIPURANA NAVARRO YES NO DISTRIBUTION 29 2209060001 SAN MARTIN SAN MARTIN EL PORVENIR PELEJO YES NO DISTRIBUTION 30 2209070001 SAN MARTIN SAN MARTIN HUIMBAYOC HUIMBAYOC YES NO DISTRIBUTION 31 2209080001 SAN MARTIN SAN MARTIN JUAN GUERRA JUAN GUERRA YES NO DISTRIBUTION 32 2209090001 SAN MARTIN SAN MARTIN LA BANDA DE SHILCAYO LA BANDA YES NO DISTRIBUTION

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 104 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

DISTRICT PROVINCIAL No. CodINEI10 DEPARTMENT PROVINCE DISTRICT LOCALITY NODE CAPITAL CAPITAL 33 2209100001 SAN MARTIN SAN MARTIN MORALES MORALES YES NO DISTRIBUTION 34 2209110001 SAN MARTIN SAN MARTIN PAPAPLAYA PAPAPLAYA YES NO DISTRIBUTION 35 2209140001 SAN MARTIN SAN MARTIN SHAPAJA SHAPAJA YES NO DISTRIBUTION 36 2210010001 SAN MARTIN TOCACHE TOCACHE TOCACHE YES YES AGGREGATION (CONECCTION TO RDNFO) 37 2210050015 SAN MARTIN TOCACHE UCHIZA SANTA LUCIA NO NO CONECCTION

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 105 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

SAN MARTÍN

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

DATA OF THE MAINTENANCE CENTERS No. CodINEI DEPARTMENT PROVINCE

1 2208010001 SAN MARTIN RIOJA

2 2209010001 SAN MARTIN SAN MARTIN

3 2210010001 SAN MARTIN TOCACHE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 106 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text,SAN the version MARTÍN in Spanish shall prevail. Appendix No. 1-D DIAGRAM OF TRANSPORT NETWORK, SUPPORTING INFRASTRUCTURE NODES

DIAGRAMADIAGRAM DE OF LA TRANSPORT RED DE TRANSPORTE NETWORK,, SUPPORTINGNODOS E INFRAESTRUCTURA INFRASTRUCTURE DE NODES SOPORTE REGIONSAN MARTIN SAN REGIONMARTÍN

SANTA ROSA SAN JUAN DEL MIRADOR DEL MAYO 2.5 km 4 km

2.5 km REGIONALPROYECTO PROJECTREGIONAL SAN SAN MARTIN MARTIN NARANJOS LEYENDALEGEND 16 km NPRodo Core Core Node (Cap (Regional. Regional Cap.)) BAJO NARANJILLO NAggregationodo de Agregación Node – Distribution – Nodo de Node Distribución RDNFO RDNFO 15.5 km SAN YURACYACU FERNANDO NPRodo Distribution de DIstribución Node PR 6 km 6.5 km 23 km 6 km NodoConnection de Conexión node PR PR 2.5 km NUEVA MediumMedia T ensiónvoltage CAJAMARCA RoadRed V systemíal 8 km 9 km SEGUNDA JERUSALEN- PR:PR: REGIONALPROYECTO PROJECTREGIONAL AZUNGUILLO RDNFO:RDNFO: REDNATIONAL DORSAL FIBER NACIONAL OPTIC DE BACKBONE FIBRA OPTICA NETWORK 14 km YANTALO

9.5 km 4 km POSIC MOYOBAMBA POLVORA 2.5 km 14 km RIOJA 2.5 km 1 km 1 km 12 km 5.5 km 6 km PUERTO 1 km PISANA 5.5km 20 km 9 km 6 km NUEVO HABANA 1 km BAMBAMARCA 5 km YORONGOS 11 km JEPELACIO MONTE 7 km CRISTO 29 km 6.5 km TOCACHE 14 km

SORITOR 1 km BETANIA

37 km 31 km

17 km UCHIZA 19km 6 km SANTA LUCIA ROQUE TABALOSOS PINTO 12 km 8.5 km 13 km 11.5 km RECODO

4.5 km 7.5 km 4.5 km NUEVO PROGRESO

2 km SHANAO 2.5 km 1.5 km

12 km

SAN MARTIN 14 km PONGOPONGO DE CAYNARACHI SAN ROQUE 6 km 25 km LAMAS DE CUMBAZA TARAPOTO 4 km 38 km 5.5 km 6.5 km 18 km BARRANQUITA 2 km SAN ANTONIO PASARRAYA 1 km RUMISAPA SHATOJA LA 32 km BANDA 6 km 4.5 km 3 km 13 km PELEJO ZAPATERO 7 km SAN JOSE DE CUÑUMBUQUI SISA 12 km 23 km 3.5 km 8 km 6 km 2 km 3 km 23.5 km 12 km CACATACHI MORALES PAPAPLAYA SHAPAJA CHAZUTA 16 km 2.5 km JUAN GUERRA 8 km 20 km SAPOSOA 3.5 km 10 km AGUA SAUCE 30 km 4 km 9 km BLANCA PISCOYACU UTCURARCA 10.5 km 9.5 km 9 km TRES UNIDOS 53 km NAVARRO SANTA ROSA EL ESLABON 4 km 13 km 9 km 8 km 7 km 12.5 km SAN PABLO 3.5 km BUENOS SACANCHE AIRES PILLUANA 8 km 36 km HUIMBAYOC PUCACACA 10.5 km SAN CRISTOBAL 9.5 km JUANJUI DE SISA CASPISAPA 7 km 20 km 15 km 5 km 4 km 6 km 12 km PICOTA BELLAVISTA SAN PUERTO RAFAEL RICO 9.5 km 14.5 km 5.5 km NUEVO LIMA 17 km

PAJARILLO HUICUNGO TINGO DE PONASA 8 km 3 km 9 km LEDOY 16 km 3.5 km 22 km 1 km

45 km 13 km SHAMBOYACU PACHIZA

CAMPANILLA

CUZCO

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 107 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Appendix No. 2: SUPPLEMENTARY DOCUMENTS TERMS AND OBLIGATIONS

Reference for Topic Obligation Deadline computing the deadlines Work team Present the work team. 15 DAYS From the day following the CLOSURE DATE Submit a detailed report, in digital and hard copy; it shall have attached the file in *.mpp format, which will include the following: i. Start and end dates of the activities concerning Final schedule of the TRANSPORT NETWORK installation, as the TRANSPORT well as the resources requested. 1 month From the day following the NETWORK ii. Milestones of the deadlines envisaged in these CLOSURE DATE activities specifications, as well as the deadlines set out in the FINANCING AGREEMENT to comply with all the activities related to the INVESTMENT PERIOD OF THE TRANSPORT NETWORK. Submit the disaggregated costing that resulted in the Disaggregated economic proposal, including profit margin, taxes and 30 DAYS From the day following the costing CLOSURE DATE administrative expenses. Report in KMZ or KML format, indicating the envisaged layout of the fiber optic cable route and the location of poles and towers, including photographs, 4 months From the day following the CLOSURE DATE as well as the layout, number of poles or towers and FIELD STUDIES the symbology of elements in CAD or SHP format. Land search methodology and monthly land search progress report per locality. This report will be updated 3 months From the day following the CLOSURE DATE on a monthly basis. Studies and Report of studies and estimations of electrical fields calculations for the (Electric Space Potential and Electric Potential installation of the Gradient) for high voltage lines. fiber optic cable Mechanical load calculation and study worksheet, with and supporting arrow and voltage tables. 4 months From the day following the CLOSURE DATE and/or fastening Technical specifications of the fiber optic cable elements proposed based on electric field and mechanical load (hardware and studies, technical specifications of the type of posting) hardware, junction box and posting to be used. Site acquisition methodology and land acquisition and Site Acquisition registration status report. This report will be updated 3 months From the day following the CLOSURE DATE on a monthly basis. Optic fiber 4 months From the day following the CLOSURE DATE Poles 4 months From the day following the Submittal of CLOSURE DATE purchase orders to Junction boxes and hardware (retention, suspension, From the day following the 4 months FITEL crossbeams, dampers) CLOSURE DATE (part 1) Cabinets 6 months From the day following the CLOSURE DATE Patch panel and accessories 6 months From the day following the CLOSURE DATE Sizing requirements and calculations of elements such Power as climate control, generator set, battery bank, boards, dimensioning and 5 months From the day following the electric cables, both in quantity and capacity, as the CLOSURE DATE climate control case may be. GENERAL Minimum content, as set out in Appendix No. 3. 7 months From the day following the TECHNICAL CLOSURE DATE

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 108 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Reference for Topic Obligation Deadline computing the deadlines PROPOSAL FINAL From the day following the TECHNICAL Minimum content, as set out in Appendix No. 3. 9 months CLOSURE DATE PROPOSAL Drawings and studies for construction of civil Drawings (civil, architectural, electric, remediation), works, as set out in study of soils, resistivity and work schedule for each From the date the FINAL RNE 2006 GE020, specific NODE, NOC and MAINTENANCE CENTER, 1 month TECHNICAL PROPOSAL is CNE and NTP before the beginning of the works and if applicable. submitted (project This report will be updated on a monthly basis. components and characteristics) HVAC 10 months From the day following the CLOSURE DATE Generator set 10 months From the day following the CLOSURE DATE Batteries and driver 12 months From the day following the CLOSURE DATE Submittal of Sensors and driver 12 months From the day following the purchase orders to CLOSURE DATE FITEL Cameras and NVR 12 months From the day following the (part 2) CLOSURE DATE Servers 13 months From the day following the CLOSURE DATE Switches 13 months From the day following the CLOSURE DATE Routers 13 months From the day following the CLOSURE DATE Reel tests 7 months From the day following the CLOSURE DATE Fiber test results Laying tests 15 months From the day following the CLOSURE DATE

- Weekly progress work according to the format From the approval of the agreed with FITEL. FINAL SCHEDULE OF Reports Regular WEEKLY - Updates to the FINAL SCHEDULE OF TRANSPORT TRANSPORT NETWORK ACTIVITIES NETWORK ACTIVITIES. Installation certificates for each infrastructure, Submittal of the log including photographic report, inventory of of installation components, drawings, diagrams and results of 15 DAYS Upon completion of the INSTALLATION STAGE certificates measurements and inspections associated with the FACILITIES PERFORMANCE TEST PROTOCOL. TECHNICAL FILE Minimum content, as set out in Appendix No. 3. 15 DAYS Upon completion of the INSTALLATION STAGE Request for Submit the information requested at the discretion of 5 to 15 DAYS information FITEL and within the period of time stipulated. OPERATION AND Minimum content as set out in the TRANSPORT NETWORK Upon completion of the 1 month MAINTENANCE PLAN TECHNICAL SPECIFICATIONS. INSTALLATION STAGE Submit to FITEL the report of compliance with the From the approval of the Environmental Management Plan stated in the Environmental ENVIRONMENTAL Environmental Management Tool. This report shall include 3 months Management Tool MANAGEMENT PLAN the environmental, social and cultural incidents that have taken place and shall be updated on a quarterly basis.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 109 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

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

I. GENERAL TECHNICAL PROPOSAL

The CONTRACTED PARTY shall develop the GENERAL TECHNICAL PROPOSAL that contains more details and includes the comprehensive design of all systems (optical fiber, active electronic devices, Nodes, NOC and other components identified in the technical specifications of the TRANSPORT NETWORK) and get the approval of FITEL. The CONTRACTED PARTY may make purchase orders, as long as it has this approval.

The GENERAL TECHNICAL PROPOSAL shall be submitted in a hard copy in color (02 sets) and a scanned digital copy, and include original kmz, excel, Word, shapes, autocad files. Also, it shall be ordered according to the proposed systems.

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

a. Schedule of activities of the TRANSPORT NETWORK. b. Network design: network layout map, schemes and network topology. c. Diagrams: single-line, splicing, topologic and shunts corresponding to the fiber optic network. d. Internal plant connection diagram, configuration of ODF and DDF, as well as connections to reflections in equipment cabinets. e. Configuration of optical equipment (cards, ports, connection modules). f. Architecture drawings of nodes, including the active equipment distribution, architecture specifications report and technical specifications. g. Drawings of sanitary facilities and electrical installations with their corresponding specifications reports and technical specifications. h. Pre-design of structural configuration to be used, including the specifications report and technical specifications. i. Specifications per system. Description of the components proposed by system, indicating the characteristics and features of their location in the network hierarchy, including the amount, manufacturer, model, versions of all components, and attaching letters from the manufacturer, certification of experience, data sheets and relevant manuals.

i. Fiber optic cable and hardware. ii. Active devices. iii. Equipment Room implementation. iv. Generator set, rectifier, battery bank and UPS. v. HVAC equipment. vi. Grounding systems. vii. Security and alarm system. viii. Network management and security.

f. Specifications of the OSS / BSS proposed, as well as of their capacities and features.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 110 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

g. Physical requirements of sites; preliminary studies on site characteristics. h. Architectural drawings and civil works specifications regarding the node design; they may include three-dimensional models. i. Description of the activities to be performed for obtaining the Environmental Impact Assessment, as well as their schedule. j. Main installation procedures. k. Description of the method of installation of towers and poles along the way where the optical fiber is installed. l. Detailed presentation of training courses. m. FACILITIES PERFORMANCE TEST PROTOCOL.

II. FINAL TECHNICAL PROPOSAL

The FINAL TECHNICAL PROPOSAL shall be submitted in a hard copy in color (02 sets) and a scanned digital copy, and include original kmz, excel, Word, shapes, autocad files. Also, it shall be ordered according to the proposed systems.

The FINAL TECHNICAL PROPOSAL shall include at least the following elements:

a. Protocol to enter the infrastructure, node installations and others. b. THE FINAL SCHEDULE OF ACTIVITIES FOR THE TRANSPORT NETWORK shall contain at least the following:

 Progress of implementation of the FINAL SCHEDULE OF ACTIVITIES FOR THE TRANSPORT NETWORK, compared to the one submitted in the GENERAL TECHNICAL PROPOSAL (baseline).  Date of start and completion of specific activities for the implementation of the installations to be made, corresponding to the submitted FINAL TECHNICAL PROPOSAL.  Weekly detail of scheduled installations by district, corresponding to the FINAL TECHNICAL PROPOSAL submitted.

c. Details of key personnel responsible for each activity or deliverable, and their roles. With regard to field staff, it shall detail the amount and distribution of resources for the fulfillment of the installations per the timeline. All of this in relation to the submitted FINAL TECHNICAL PROPOSAL. d. List of minimum spare parts for the NOC, with a proposal for detailed management strategy, with the capabilities and features required for each situation. e. List of components comprising the corresponding spare part kits for M&O, attaching a letter from the manufacturer. f. Detailed description of the installation method for laying the optic fiber. g. Updates to the FINAL SCHEDULE OF TRANSPORT NETWORK ACTIVITIES. h. Updated network design: maps, schemes and network topology. i. Location and description of each Node or other facility containing active equipment.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 111 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

j. Indicate the physically different connections and which share common routes from the Distribution and Connection Nodes to the Aggregation Nodes, and the criteria used for the design. k. Engineering studies for laying the optic fiber:

 Technical studies of electromechanical stresses.  Technical studies of electromagnetic interferences on the tower and pole structures where the fiber optic cable will be laid out.  Technical specifications regarding the type of optic fiber and cable.  Calculation of the number of optic fibers per optical node.  Calculation of total length and per link of fiber optic cable and number of spans.  Calculation of the number of splices per link and backup optic fiber distance.  Calculation of the number of retention, suspension and wind dampening elements per link.  Detailed description of the installation method, including the adaptation of poles and towers, in case the materials were sized.

l. High level design per system

 Rack configuration drawings and plans for all the facilities containing active equipment and materials used at the facility.  IP addressing scheme.  Network management and security scheme.  Power requirements including UPS and generators.  HVAC requirements.  Perimeter security.

m. Inventory of equipment per system, specifying the location, including manufacturer, model, versions of all components and manuals. n. Software (name, version, requirements and licensing fees, amount, expiration date, acquisition mode and other relevant details) to be provided. o. Physical requirements of the sites. p. Safety and Environmental Monitoring Plans. q. FACILITY ACCEPTANCE TEST PROTOCOL. r. Documentation related to the field study, with the gathered information that allowed defining the Network designs to be implemented. s. An inventory of infrastructure, equipment, licenses, permits, easements, contracts, patents, studies, reports, plans, insurance, and in general of all movable or fixed property, installed, made, obtained or acquired that are part of the TRANSPORT NETWORK. t. Installation method according to the particular environment (high voltage power line / medium voltage power line / centrifuged reinforced concrete poles / others), in which the fiber optic cable is deployed, terrain, accessibility, characteristics, features and configurations of the towers and support structures, among others, provided it is in accordance with the standard practices and procedures in the industry for the installation of ADSS cable. u. Detailed description for laying through long spans.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 112 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

III. TECHNICAL FILE

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

The CONTRACTED PARTY shall coordinate with FITEL the content of the Technical File. The TECHNICAL FILE shall strictly include the technical documentation of the AWARDED PROJECT related to “as designed” and “as built” documentation, the same that shall be submitted in a hard copy in color in two (02) sets and scanned digital copy, and include original kmz, excel, Word, shapes, autocad files. Also, the documents shall be in order: (1) with respect to the systems installed and according to the type of node, (2) details of optical node installation per locality, and (3) details of installation per fiber optic section.

Notwithstanding the above, the Technical File shall include at least the following documentation:

1. CIVIL WORK

1.1 Technical documents at project level (“as designed” documentation)

Before the beginning of node construction and furnishing works, the following documentation shall be available:

1. Location of built nodes (excel, kmz, shapes). 2. Project specifications per specialty. 3. TECHNICAL SPECIFICATIONS by specialty. 4. Soil studies for foundation purposes. 5. Electrical resistivity study. 6. Building calculation design. 7. Mix design report. 8. Project drawings in PDF and AutoCad, duly approved by the professional in charge of the following specialties:

i. Location and perimeter drawing. ii. Architectural and detailed drawings. iii. Foundation and detailed drawings. iv. Structure drawings: roof and/or slab of the system used, footings, columns, beams, floors, perimeter fence, fiber optic pull box, retaining walls, chutes, drainage and others. v. Metallic carpentry drawings used (doors, panels, gates, concertinas, ladders, etc.). vi. Drawings of electrical installations. vii. Drawings of sanitary facilities. viii. Drawings of security and video surveillance system, motion detector, smoke detector and flooding detector.

9. Building authorization or license from the corresponding municipality.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 113 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

1.2 Technical documents after completion of the work (“as built” documentation)

Upon completion of node construction and furnishing works, the CONTRACTED PARTY shall have the following documentation available:

1. Specifications of the work completed, indicating the modifications made. 2. Test tube breakage certificate. 3. Brick breakage certificate. 4. 24-hour hydraulic test protocol. 5. Drawings of finished infrastructure in PDF y AutoCad, including the modifications made, approved by the professional responsible of the following specialties:

i. Location and perimeter drawing. ii. Architectural and detailed drawings. iii. Drawings of electrical installations. iv. Drawings of sanitary facilities. v. Drawings of security and video surveillance system, motion detector, smoke detector and flooding detector.

6. Copy of the site’s deed. 7. Original construction logbook, and work progress photographic record per node. 8. Authorization for the use of electricity. 9. Authorization for the use of the water and sewage system, if applicable. 10. Works Acceptance Certificate.

2. ELECTRICAL, ELECTROMECHANICAL AND HVAC INSTALLATIONS

2.1 Technical documents at project level

1. Location drawing – As Built. 2. Drawings of electrical and electromechanical installations – As Built. 3. Descriptive report and technical specifications of electrical and electromechanical installations (they include the supporting calculations). 4. Resistivity study. 5. Power supply request or power supply installation certificate and/or supply agreements issued by electricity companies. 6. Medium and/or low voltage line project submitted to the electricity company or, where applicable, the layout technical file and work acceptance.

2.2 Generator set technical documents

1. Work completion drawings (As-Built) 2. Technical dossier:

• Equipment specifications report. • Assembly manuals. • Preservation and maintenance manuals. • Internal electrical diagrams • Dimensional and detailed drawings of all elements. • Configuration record.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 114 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

• Installation photographic record. • Installation and connection specifications • Equipment warranty. • Record of component inventory by node

3. Quality dossier: All information concerning the quality of the installation and assembly works that are part of the solution. It includes material quality certificates, factory testing certificates, materials work controls, inspection plans, testing protocols, commissioning tests, statutory reports, non- compliances, audits, etc.

• Inspection plans (PPI`s). • Commissioning tests – statutory testing reports. • Non-conformities. • Other.

2.3 Technical specifications and rectifier, battery bank and UPS manuals

1. Work completion drawings (As-Built) 2. Technical dossier: 3. Quality dossier.

2.4 Technical specifications and air-conditioning equipment manuals

1. Work completion drawings (As-Built) 2. Technical dossier: 3. Quality dossier.

2.5 Security and alarm system devices and/or components technical specifications and manuals

1. Work completion drawings (As-Built) 2. Technical dossier: 3. Quality dossier.

2.6 Grounding system

1. Work completion drawings (As-Built) 2. Technical dossier: 3. Quality dossier:

i. Measurement of mesh earthing resistance. ii. Measurement of forward and contact voltages applied.

3. SECURITY, SURVEILLANCE AND PHYSICAL INTEGRITY INSTALLATIONS

3.1 Technical documents at project level

1. Location drawing – As Built. 2. Drawings of electrical and electromechanical installations – As Built. 3. Drawings of video surveillance, intrusion, fire protection, etc. 4. Descriptive report and technical specifications of electrical and electromechanical installations (they include the supporting calculations).

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 115 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

3.2 Technical documents

1. Technical dossier:

• Equipment specifications report. • Assembly manuals. • Preservation and maintenance manuals. • Internal electrical diagrams • Dimensional and detailed drawings of all elements. • Configuration record. • Installation photographic record. • Installation and connection specifications • Equipment warranty. • Record of component inventory by node

2. Quality dossier: All information concerning the quality of the installation and assembly works that are part of the solution. It includes material quality certificates, factory testing certificates, materials work controls, inspection plans, testing protocols, commissioning tests, statutory reports, non- compliances, audits, etc.

• Inspection plans (PPI`s). • Commissioning tests – statutory testing reports. • Non-conformities. • Other.

4. FIBER OPTIC NETWORK INSTALLATION

4.1 Technical documents at project level

1. Project’s executive summary. 2. Description of fiber optic links.

2.1 FO ring list. 2.2 List of sections and kilometers between them. 2.3 Physical route characteristics. 2.4 Number of wires. 2.5 As-built portfolio with all installation data.

3. Deployment schedule.

3.1 Gantt diagram. 3.2 List of activities.

4. Diagrams.

4.1 Network topology diagram. 4.2 Wiring diagram (As-built). 4.3 Splicing and shunt diagrams (As-built). 4.4 Optic fiber laying single line diagram.

5. Drawings

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 116 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

5.1 As-built drawings (printed and in Autocad). 5.2 KMZ file: List of support points with geo-referenced coordinates of where the fiber has been routed.

6. Theoretical calculation of attenuation in total and per link. Including the optic fiber technical specifications: • Rayleigh coefficient (RBS) • Helicoidal factor. • IOR (Refractive Index).

7. Technical report of the protocols and tests performed for the optic fiber verification:

7.1 Reel testing protocol • Local or factory test.

7.2 Measurements protocols for 100 % of optic fiber sections. • Two-way protocol. • Total link attenuation protocol. • Insertion protocol – PC and reflectance. • ORL protocol. • Graphs of OTDR strands (TRC and PDF). • PMD/CD.

7.3 Measuring equipment calibration certificates. 7.4 Inventory of materials used by link (hardware, terminal joints, crossbeams, poles, etc.)

8. Electric field study. 9. Optic fiber installation procedure according to IEEE regulations, the manufacturer’s specifications and the project’s characteristics. 10. Tower and pole structure studies. 11. Field studies. 12. Photographic report.

12.1 Photographic record showing the route of the section (poles, FO, hardware, sleeves, crossarms, etc.). 12.2 Photographic record of the location of points of risk. 12.3 Daily work report (construction logbook).

13. Conclusions and recommendations.

5. ACTIVE ELECTRONIC EQUIPMENT AND MANAGEMENT SOFTWARE

5.1 Technical documents

1. Network topology diagram 2. Technical dossier:

• Equipment specifications report. • Node programming and configuration manual (As built) • IP addressing scheme.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 117 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

• Maintenance manual. • Installation photographic record. • Record of component inventory by node • Installation and connection specifications • Equipment warranty. • Licensees.

3. Quality dossier: All information concerning the quality of the installation and assembly works that are part of the solution. It includes material quality certificates, factory testing certificates, materials work controls, inspection plans, testing protocols, commissioning tests, statutory reports, non- compliances, audits, etc.

• Inspection plans (PPI`s) • Commissioning tests – statutory testing reports. • Non-conformities • Other.

6. ENVIRONMENTAL IMPACT

6.1 Technical documents at project level

a) Dossier Ambiental

i. Environmental certifications. ii. Environmental commitments in buffer zones. iii. Photographic record of waste management.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 118 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Appendix No. 4-A CERTIFICATE OF COMPLIANCE WITH TRANSPORT NETWORK COMMISSIONING

The undersigned, representatives of FITEL’s Technical Secretariat and representatives of the CONTRACTED PARTY……., do hereby state the following:

1. It is established that the INVESTMENT PERIOD of the TRANSPORT NETWORK, corresponding to the ……………… project, hereinafter the PROJECT, ended on month-day-year, moment at which the INTERIM PERIOD starts.

2. It is established the TRANSPORT NETWORK’s functionality in (XY)% ( operability percentage of core, aggregation, distribution and/or connection optical nodes), the location of which is detailed in Annex A.

3. It is established that the process to supervise the TRANSPORT NETWORK’s operability and performance ended with the issuance of the SUPERVISION REPORT (Report N°….-year-MTC/24) dated…....[5], for which the CONTRACTED PARTY has complied with the implementation of telecommunication infrastructure and services, as set out in the Financing Agreement. Having demonstrated the operability and performance of the systems, it is stated that they are apt for providing the Bearer Service to the ACCESS NETWORK.

4. It is established that the TRANSPORT NETWORK meets the Service Levels, with the functionality of the Network Management System and Business and Operations Support Systems, as set out in sections 7,8 and 9 of these Technical Specifications.

5. That the subscription of this CERTIFICATE OF COMPLIANCE WITH THE TRANSPORT NETWORK COMMISSIONING does not relieve the CONTRACTED PARTY from its responsibility to meet all the obligations assumed under the Financing Agreement; also, it does not override FITEL’s right to present claims due to defects, faults or non-compliances not detected at the time of subscribing the agreement. This provision is supplemented by the provisions of articles … and following articles of the Civil Code and according to the Quality Warranty set out in section 1.11 of the Technical Specifications.

6. That in compliance with section 1.11 of the Technical Specifications, it is attached to this document the “Quality Warranty” signed by each manufacturer of main power, data, transmission, fiber optic equipment, ensuring the quality and proper operation of the materials and equipment installed in the above mentioned project for a period of three (03) years counted from the time this CDERTIFICATE OF COMPLIANCE WITH THE TRANSPORT NETWORK COMMISSIONING is signed.

7. It is attached to this document a quality warranty signed by the CONTRACTED PARTY ensuring that the fiber optic backbone has been properly implemented, in compliance with the industry standards and recommendations, and that the data and transmission equipment meet the expected performance values.

5 Indicate additional reports of verification of observations correction.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 119 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

8. That the INTERIM PERIOD of the PROJECT starts on month-day-year and ends on month-day-year.

9. In witness whereof and in line with the above, we issue and subscribe this CERTIFICATE OF COMPLIANCE WITH THE TRANSPORT NETWORK COMISSIONING in the city of Lima on …… of 20….

FOR FITEL

Technical Secretary of Project Supervision Project Coordinator FITEL Area Chief

FOR THE COMPANY

Legal Representative Legal Representative

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 120 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Annex A

List of Nodes of ……

Geographical ………… Nº Location Department Province District Locality Coordinates Code

List of MAINTENANCE CENTERS and NETWORK OPERATIONS CENTER

Geographical ………… Nº Location Department Province District Locality Coordinates Code

Annex B

Documentation required at the signing of the compliance certificate

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 121 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Appendix No. 4-B

CERTIFICATE OF COMPLIANCE WITH THE TRANSPORT NETWORK COMMISSIONING

PROJECT …………………

OPERADOR: …………………

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

1. It is established that the process to supervise the TRANSPORT NETWORK’s installation ended with the issuance of the SUPERVISION REPORT (Report N°….- year-MTC/24) dated…....[6], for which the CONTRACTED PARTY has complied with the proper implementation of different infrastructure, equipment and system components, in accordance with the requirements set out in the Financing Agreement, the content of which is detailed in Annex A.

2. That the subscription of this CERTIFICATE OF COMPLIANCE WITH THE TRANSPORT NETWORK COMMISSIONING does not relieve the CONTRACTED PARTY from its responsibility to meet all the obligations assumed under the Financing Agreement; also, it does not override FITEL’s right to present claims due to defects, faults or non-compliances not detected at the time of subscribing the agreement. This provision is supplemented by the provisions of articles … and following articles of the Civil Code and according to the Quality Warranty set out in section 1.11 of the Technical Specifications.

3. That in compliance with section 1.11 of the Technical Specifications, it is attached to this document the “Quality Warranty” signed by each manufacturer of main power, data, transmission, and fiber optic equipment ensuring the quality and proper operation of the materials and equipment installed in the above mentioned project for a period of three (03) years after signing the CERTIFICATE OF COMPLIANCE WITH THE TRANSPORT NETWORK COMMISSIONING/ CERTIFICATE OF COMPLIANCE WITH THE TRANSPORT NETWORK INSTALLATION.

4. It is attached to this document a quality warranty signed by the CONTRACTED PARTY guaranteeing the following:

o That the installations have been properly made and are in compliance with the industry standards and codes. o That the installations meet the manufacturer’s requirements and recommendations. o That the installations have been carried out as set out in the project’s Technical Specifications and Technical Proposal submitted by THE CONTRACTED PARTY.

5. In witness whereof and in line with the above, we issue and subscribe this CERTIFICATE OF COMPLIANCE WITH THE TRANSPORT NETWORK COMISSIONING in the city of Lima on …… of 20….

6 Indicate additional reports of verification of observations correction.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 122 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

FOR FITEL

Technical Secretary of Project Supervision Project Coordinator FITEL Area Chief

FOR THE COMPANY

Legal Representative Legal Representative

Annex A

List of Nodes of ……

Geographical ………… Nº Location Department Province District Locality Coordinates Code

List of MAINTENANCE CENTERS and NETWORK OPERATIONS CENTER

Geographical ………… Nº Location Departament Province District Locality Coordinates Code

Management Systems and Support and Operations Systems

Nº Name Version License ……

Annex B

Documentation required at the signing of the compliance certificate

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 123 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Appendix No. 5: LAND AND/OR PROPERTY ACQUISITION PROCEDURE

In accordance with the provisions of the FINANCING AGREEMENT, the CONTRACTED PARTY shall acquire the property of the GOODS OF THE TRANSPORT NETWORK for subsequently transferring and registering it them in the public records under the name of the Ministry of Transport and Communications (MTC). FITEL reserves the right to approve the execution of alternatives to the acquisition through a buying and selling process.

1. LAND AND/OR PROPERTY ACQUISITION THROUGH PURCHASE

It is hereby established that the acquisition through purchase will prevail in the FINANCING AGREEMENT. In that regard, the CONTRACTED PARTY is obliged to exhaust all efforts in order to buy the lands, and will present to FITEL proof of this.

The CONTRACTED PARTY is responsible for carrying out all proceedings regarding the purchase and registration of the lands that are part of the GOODS OF THE TRANSPORT NETWORK before the National Superintendence of Public Registries (SUNARP, by its Spanish acronym), informing FITEL about their progress on a monthly basis, and submitting to FITEL any other relevant documentation until the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK is signed, as set out in the FINANCING AGREEMENT.

2. ACQUISITION THROUGH A DONATION

The acquisition of lands and/or property through donation is applicable, exceptionally, in the case the land is donated by a private party or public entity in order to use it for the AWARDED PROJECT.

For the exceptional application of this alternative, the CONTRACTED PARTY shall submit a report with all the support documentation and certificates necessary for each land that could not be acquired through purchase, and thus obtain FITEL’s approval to start the formalities for carrying out the transfer between entities or from a private party.

In the case of peasant communities, if their bylaws do not allow the purchase-sell modality, it is specifically stated that the CONTRACTED PARTY is obliged to:

a) Notify the peasant community about its obligation to acquire the land through a buying and selling process in order to build the TRANSPORT NETWORK node.

b) Inform that the costs associated with such purchase will be assumed by the CONTRACTED PARTY.

For the approval of the acquisition through purchase in the case of peasant communities, the CONTRACTED PARTY shall submit to FITEL reports indicating the boundaries of the site in georeferenced files. These reports shall verify the area that belongs to the peasant community, the peasant community bylaws and the agreement reached between the community and the CONTRACTED PARTY, indicating in writing in such agreement that: “the CONTRACTED PARTY is obliged to acquire the lands

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 124 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

through purchase and that the property will be used for the construction of nodes as part of the AWARDED PROJECT implementation”. After all information has been submitted to FITEL, it will assess such information and, if it deems it advisable, give its approval for the CONTRACTED PARTY to proceed with the management of the donation, provided it is concluded that this is the only possible alternative.

The CONTRACTED PARTY shall follow a similar procedure for the donations from public or private entities.

Likewise, if the transfer process extends beyond the deadline (signing of the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK) and the CONTRACTED PARTY has not been able to deliver the deeds duly registered, they will be taken into account to calculate the letter of guarantee indicated in Section 4 herein.

In all cases, if this alternative is approved, the CONTRACTED PARTY is responsible for carrying out the necessary administrative tasks in order to formalize the donation and achieve its disencumbrance and registration, in accordance with the legal system in force.

3. PROCEDURE TO DETERMINE THE AMOUNT TO BE DISCOUNTED BY THE ACQUISITION OF LANDS THROUGH DONATION

In the event the CONTRACTED PARTY obtains the land to build the nodes through a donation, the CONTRACTED PARTY will no longer receive as part of the AWARDED FINANCING the amount corresponding to the value of the land obtained under such modality.

The CONTRACTED PARTY shall take into consideration that the acquisition through shall not exceed thirty percent (30%) of all the lands intended for the construction of the TRANSPORT NETWORK nodes.

For calculating the amount to be discounted, FITEL will use the following formula:

MDT = PPN x ND

Where:

MDT: Amount to be discounted corresponding to the TRANSPORT NETWORK. PPN: Average price of the property for the node. ND: Number of lands intended for the construction of aggregation, distribution and connection nodes that have not been obtained under a buying and selling process.

FITEL will discount the MDT from the last disbursement corresponding to the TRANSPORT NETWORK implementation.

4. EXCEPTIONAL PROCEDURE IN CASE THE TOTALITY OF DEEDS COULD NOT BE REGISTERED IN SUNARP BEFORE SIGNING THE CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 125 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

In case it was not possible to register all deeds in SUNARP within the timeframe indicated in Section 1 herein, the CONTRACTED PARTY may request FITEL, with the corresponding accreditation, the extension of the deadline up to five (05) years counted from the date the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK 7 was signed, provided the following requirements are complied with:

a. One hundred percent (100%) of the property for the construction of the nodes (aggregation, distribution and connection) has been acquired; and,

b. At least, seventy percent (70%) of the property referred to in paragraph a., shall be duly registered in SUNARP in favor of the MTC.

Subsequently, with the favorable opinion of FITEL, the corresponding addendum will be signed, according to which the CONTRACTED PARTY -without prejudice to its obligations under the financing agreement- will have the following obligations:

 Continue with all administrative tasks until registering all lands in favor of the MTC and report on a monthly basis the progress of the proceedings concerning the disencumbrance.

 In the event it is not possible to register one or more properties in SUNARP for reasons duly accredited by the CONTRACTED PARTY, at FITEL’s satisfaction, the CONTRACTED PARTY is obliged to transfer, at its own cost and risk, the GOODS OF THE TRANSPORT NETWORK installed on the property that could not be registered to the property indicated by FITEL, in coordination with the MTC. This transfer will be carried out in compliance -at FITEL’s satisfaction- with all TECHNICAL SPECIFICATIONS, TECHNICAL PROPOSAL or FINAL TECHNICAL PROPOSAL, making sure this last document is in force.

 Deliver a letter of guarantee in favor of FITEL, which shall be issued by a LOCAL BANKING COMPANY or LOCAL INSURANCE COMPANY duly authorized by the Superintendence of Banking and Insurance and Pension Funds (SBS, by is Spanish acronym) or by an INTERNATIONAL FINANCIAL INSTITUTION. In case the guarantee has been issued by an INTERNATIONAL FINANCIAL INSTITUTION, it shall be confirmed by a LOCAL BANKING COMPANY, as set out in Annex No. 2 of THE BIDDING TERMS AND CONDITIONS, which shall be a joint, irrevocable, unconditional bond without benefit of excussion or division and automatically enforceable at FITEL’s request, without need to legally demand its payment or execution, the same that shall be in force until all properties are delivered in favor of the MTC, duly registered.

 Exercise the extrajudicial protection of possession applied to repel the force used against the CONCESSIONAIRE and be able to recover the asset, without a period of time, in the event that it is dispossessed, but always abstaining from the use on a de facto basis of means which are justifiable by the circumstances.

 Exercise the judicial protection of possession, so that the CONTRACTED PARTY can, in case any damage, dispossession, occupation, usurpation, among others fall upon the lands, inform FITEL and the MTC about those facts and use the

7 Before signing the certificate, the CONTRACTED PARTY must deliver to FITEL all the documentation corresponding to each property that will be transferred to the MTC, as well as the documentation corresponding to all the actions performed on each node where the ownership of the property has not yet been obtained.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 126 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

mechanisms and judicial resources that hold the rights of MTC on the lands harmless.

 Hold FITEL, and particularly the MTC, harmless regarding and against any legal, administrative, arbitral or contractual claim or exception regarding the lands.

 It shall pay all taxes, levies, contributions and any other duties that apply, according to the APPLICABLE LEGISLATION AND REGULATIONS referred to in the FINANCING AGREEMENT, considering among those regulatory standards the provisions of the Single Revised Text of the Municipal Taxation Act, approved by Supreme Decree No. 156-2004-EF or subsequent amending standard until all lands are transferred in favor of the MTC.

The letter of guarantee will have a duration of at least six (06) months, and its amount will be calculated according to the following procedure:

4.1. Determination of average price of the property for each optical node (PPN in Spanish)

a) Determination of unit prices per square meter For determining the unit price of each property per square meter, the price paid for the property will be divided by the total area of the property in square meters. Unit prices are estimated per square meter of the property of the TRANSPORT NETWORK nodes bought until the date the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK was signed.

b) Determination of sample size From the set of unit prices per square meter obtained in the previous step, all unit prices above the third quartile are taken. These unit prices will comprise the sample to be used.

c) Calculation of average price per square meter All values comprised in the sample will be arithmetically averaged in order to determine an average price per square meter of the property of the TRANSPORT NETWORK in the region being analyzed.

d) Calculation of the average price of the property It corresponds to the multiplication of the average price per square meter obtained in the previous step by the minimum area required for Distribution Nodes.

4.2. Determination of the estimated price of the property for the MAINTENANCE CENTER

The estimated price of the property for the MAINTENANCE CENTER will be the amount indicated in the purchase agreement. In this case, all the amounts indicated in the purchase agreements of the land will be added to the area acquired (SMtto).

4.3. Calculation of the amount of the letter of guarantee

The value of the letter of guarantee will be estimated in terms of: i) the number of properties whose registration in SUNARP under the name of the MTC is still

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 127 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

pending, before signing the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK, ii) the prices of the premises properties set out in the preceding sections of this procedure are as indicated below:

MCF = (PPN x NT + SMtto) x 4

Where:

MCF : Amount of letter of guarantee. PPN : Average price of the property for the node. NT : Number of properties intended for the construction of aggregation, distribution and connection nodes that are pending registration under the name of the MTC. SMtto : The sum of the prices of the lands acquired for the construction of MAINTENANCE CENTERS, which are pending registration under the name of the MTC.

4.4. Opportunity to calculate the amount of the letter of guarantee

The amount of the letter of guarantee will be calculated upon completion of the INSTALLATION STAGE OF THE TRANSPORT NETWORK and before signing the CERTIFICATE OF AWARD OF GOODS OF THE TRANSPORT NETWORK.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 128 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Appendix No. 6: MINIMUM CONTENT OF SPARE PARTS FOR EACH MAINTENANCE CENTER

Maintenance Minimum Equipment Centers o Two (02) fiber optic transmission cards with the same characteristics used in the Core Node.

o Two (02) routers with the same characteristics of the one installed on the Aggregation Nodes.

o Three (03) routers with the same characteristics of the one installed on the Distribution Nodes.

o One (01) server with the same characteristics of the one installed on the NOC for data management.

o One (01) battery bank with the same technical characteristics used in the Equipment Room of the NOC.

o Two (02) battery banks with the same technical characteristics used in optical nodes.

o OTDR (Optical Time Domain Reflectometer Measurement instruments that include two (02) coils (launching and reception) and pathcords. The minimum characteristics of the instrument shall be

- Minimum dynamic range of 40 dB. Located in the - Measurement report in graphic environment and reflectometric trace. region’s capital - Measurement module for single-mode optic fiber G652.D. - Minimum measurement capacity in the O and C band. - Capacity to analyze the results in both directions and show an average as a result.

o Fusion splicer to align the optical fibers based on their cores, including an automatic cutter and scanning probe to determine the cleanliness of connectors.

o One fiber optic cable reel for each one of the two types of spans most used when laying the transport network.

o Five (5) centrifuged reinforced concrete or fiberglass reinforced polyester poles with the technical characteristics used in the transport network.

o A sufficient number of cabinets suitable for storing the routers, servers, and measuring devices and tools.

o A double cabin pickup truck with, at least, mechanical transmission, 4x4 all- terrain four-wheel drive, 2,400 or 2,700 cc, turbo intercooler diesel engine, ABS brakes with EBD, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger), electric windows and latches, minimum load of 820 Kg, 17” rims with AT tires for all

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 129 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

kind of ground, 150,000 Km warranty. It shall also have the appropriate insurance and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle, first aid kit, etc.) and a spare tire. o At least two (02) battery banks with the same technical characteristics used in optical nodes.

o Fusion splicer to align the optical fibers based on their cores, including an automatic cutter and scanning probe to determine the cleanliness of connectors.

o Five (5) centrifuged reinforced concrete or fiberglass reinforced polyester poles with the technical characteristics used in the transport network.

Located in the o One fiber optic cable reel for each one of the two types of spans most used province capitals when laying the transport network.

o A double cabin pickup truck with, at least, mechanical transmission, 4x4 all- terrain four-wheel drive, 2,400 or 2,700 cc, turbo intercooler diesel engine, ABS brakes with EBD, emergency lights, undercoating, spot light, fog lights, metallic roll-bars safety cage, airbags (driver and passenger), electric windows and latches, minimum load of 820 Kg, 17” rims with AT tires for all kind of ground, 150,000 Km warranty. It shall also have the appropriate insurance and a set of safety accessories (fire extinguisher, wheel wrench, hydraulic jack, security triangle, first aid kit, etc.) and a spare tire.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 130 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network Important: This is an unofficial translation. In the case of divergence between the English and Spanish text, the version in Spanish shall prevail.

Appendix No. 7: CONTRACTED PARTY’S PERSONNEL

Project manager (PMP)

Contractual follow-up Project assistant

Civil Work Electric infrastructure Telecommunications supervisor supervisor supervisor

Resident engineers

DEADLINE FOR PRESENTATION MINIMUM AFTER THE DAY RESIDENCE PROFESSIONAL REQUIREMENT QUANTITY FOLLOWING THE TIME CLOSURE DATE (months) (MONTHS) 1 Project manager (with PMP certification) PMP engineer 1 1 24 2 Civil work planner Civil engineer 1 1 10 Electrical 3 Electric infrastructure planner Engineer(*) 1 1 10 Electronic 4 Telecommunications planner engineer 1 1 10 Bachelor of 5 Project assistant Engineering 1 1 24 6 Contractual follow-up Attorney 1 1 24 7 Civil Work supervisor Civil Engineer 1 6 18 8 Electric infrastructure supervisor Electrical engineer 1 6 18 Electronic 9 Telecommunications supervisor engineer(*) 1 6 18 (*) Electronic or telecommunications engineer.

The following number of resident engineers is required for the node construction.

DEADLINE OF PRESENTATION MINIMUM COUNTED FROM THE OPTICAL BENEFICIARY NUMBER OF DAY FOLLOWING THE REGION REQUIREMENT NODES LOCALITIES RESIDENT APPROVAL OF THE ENGINEERS ENVIRONMENTAL CERTIFICATION (days) Ancash 144 425 11 CIVIL ENG. 15 Arequipa 101 248 7 CIVIL ENG. 15 Huánuco 69 316 8 CIVIL ENG. 15 La Libertad 71 611 13 CIVIL ENG. 15 Pasco 26 211 5 CIVIL ENG. 15 San Martín 65 196 5 CIVIL ENG. 15 The resident engineers incorporate to the work team at the beginning of the civil works.

Special Public Bid - for the Private Investment Promotion Process of Broadband Projects for the 131 Comprehensive connectivity and Social Development of the regions Ancash, Arequipa, Huánuco, La Libertad, Pasco and San Martin Annex No. 8-A of the BIDDING TERMS AND CONDITIONS- Technical Specifications for the Transport Network