friday, september 15, 2017 - san antonio€¦ · san antonio international airport provides...

74
CITY OF SAN ANTONIO AVIATION for AVIATION DISTRIBUTED ANTENNA SYSTEM RFP 17-059 Release Date: September 1, 2017 Proposals Due: November 1, 2017 _______________________________________________________________________________________________ PROHIBITED CAMPAIGN CONTRIBUTIONS This solicitation has been identified as High-Profile. Notice Regarding Prohibition on Campaign or Officeholder Contributions for Individuals and Entities Seeking High-Profile Contracts. Under Section 2-309 of the Municipal Campaign Finance Code, the following are prohibited from making a campaign or officeholder contribution to any member of City Council, candidate for City Council or political action committee that contributes to City Council elections from the *10th business day after a contract solicitation has been released until 30 calendar days after the contract has been awarded (“black out” period): The first day contributions may be made is the 31st day after the contract is awarded at City Council “A” Session. ____________________________________________________________________________________________ RESTRICTIONS ON COMMUNICATIONS In accordance with §2-61 of the City Code, Respondents are prohibited from communicating with: 1) City officials, as defined by §2-62 of the City Code of the City of San Antonio, regarding the RFP or proposal from the time the RFP has been released until the contract is posted for consideration as an agenda item during a meeting designated as an A session; and 2) City employees from the time the RFP has been released until the contract is awarded. Restrictions extend to “thank you” letters, phone calls, emails and any contact that results in the direct or indirect discussion of the RFP and/or proposal submitted by Respondent. Violation of this provision by Respondent and/or its agent may lead to disqualification of Respondent’s proposal from consideration. For additional information, see the section of this RFP entitled “Restrictions on Communication”. 1. legal signatory of a high-profile contract; 2. any individual seeking a high-profile contract; 3. any owner or officer of an entity seeking a high-profile contract; 4. the spouse of any of these individuals; 5. any attorney, lobbyist, or consultant retained to assist in seeking contract. A high-profile contract cannot be awarded to the individual or entity if a prohibited contribution has been made by any of these individuals during the “black out” period. *For this solicitation, the first day contributions are prohibited is Friday, September 15, 2017.

Upload: others

Post on 27-Sep-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

CITY OF SAN ANTONIO

AVIATION

for

AVIATION DISTRIBUTED ANTENNA SYSTEM

RFP 17-059

Release Date: September 1, 2017 Proposals Due: November 1, 2017

_______________________________________________________________________________________________

PROHIBITED CAMPAIGN CONTRIBUTIONS

This solicitation has been identified as High-Profile.

Notice Regarding Prohibition on Campaign or Officeholder Contributions for Individuals and Entities Seeking High-Profile Contracts. Under Section 2-309 of the Municipal Campaign Finance Code, the following are prohibited from making a campaign or officeholder contribution to any member of City Council, candidate for City Council or political action committee that contributes to City Council elections from the *10th business day after a contract

solicitation has been released until 30 calendar days after the contract has been awarded (“black out” period): The first day contributions may be made is the 31st day after the contract is awarded at City Council “A” Session. ____________________________________________________________________________________________

RESTRICTIONS ON COMMUNICATIONS

In accordance with §2-61 of the City Code, Respondents are prohibited from communicating with: 1) City officials, as defined by §2-62 of the City Code of the City of San Antonio, regarding the RFP or proposal from the time the RFP has been released until the contract is posted for consideration as an agenda item during a meeting designated as an A session; and 2) City employees from the time the RFP has been released until the contract is awarded. Restrictions extend to “thank you” letters, phone calls, emails and any contact that results in the direct or indirect discussion of the RFP and/or proposal submitted by Respondent. Violation of this provision by Respondent and/or its agent may lead to disqualification of Respondent’s proposal from consideration. For additional information, see the section of this RFP entitled “Restrictions on Communication”.

1. legal signatory of a high-profile contract; 2. any individual seeking a high-profile contract; 3. any owner or officer of an entity seeking a high-profile contract; 4. the spouse of any of these individuals; 5. any attorney, lobbyist, or consultant retained to assist in seeking contract.

A high-profile contract cannot be awarded to the individual or entity if a prohibited contribution has been made by any of these individuals during the “black out” period.

*For this solicitation, the first day contributions are prohibited is Friday, September 15, 2017.

Page 2: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

002 - TABLE OF CONTENTS 002 - TABLE OF CONTENTS ......................................................................................................................... 02 003 - BACKGROUND ..................................................................................................................................... 03 004 - SCOPE OF SERVICES ......................................................................................................................... 03 005 - ADDITIONAL REQUIREMENTS ........................................................................................................... 05 006 - TERM OF CONTRACT .......................................................................................................................... 06 007 - PRE-SUBMITTAL CONFERENCE ........................................................................................................ 06 008 - PROPOSAL REQUIREMENTS ............................................................................................................. 07 009 - CHANGES TO RFP ............................................................................................................................... 09 010 - SUBMISSION OF PROPOSALS ........................................................................................................... 09 011 - RESTRICTIONS ON COMMUNICATION ............................................................................................. 10 012 - EVALUATION CRITERIA ...................................................................................................................... 11 013 - AWARD OF CONTRACT AND RESERVATION OF RIGHTS .............................................................. 12 014 - SCHEDULE OF EVENTS ...................................................................................................................... 13 015 - EXHIBITS .............................................................................................................................................. 14 016 - ATTACHMENTS .................................................................................................................................... 50

2

Page 3: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

003 – BACKGROUND

As part of its ongoing efforts to enhance customer service, the City of San Antonio’s Aviation Department (“City”) is seeking Proposals from qualified and experienced companies (“Respondents”) to provide a neutrally-hosted Distributed Antenna System (“DAS”) to improve voice, data and public safety signals inside and outside the S a n A n t o n i o I n t e r n a t i o n a l Airport complex (“Facility”). San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly into and out of historic San Antonio each year, visiting more than 30 non-stop domestic and international destinations on over 13 airlines. Visitors and citizens rely heavily on wireless phones, particularly smart phones and data cards, as many are away from home, family and work. It is critical to the overall experience to San Antonio and the Airport that they enjoy reliable and seamless voice and data coverage inside and outside the Airport complex. Customer satisfaction and retention is driving DAS in the airport industry. The International Airport itself is an economic generator for the region, supporting over 97,500 jobs and providing nearly $1.6 billion in annual earnings for workers and proprietors. Visitors spending support nearly 15,000 area jobs with earnings of nearly $275 million. In addition to having generally reliable and seamless voice and data coverage, it is also necessary to have the capacity to handle the influx of visitors that access the wireless networks simultaneously during peak hours at the Airport. It’s critical there be adequate and reliable capacity for these peak times at the airport, which often represents San Antonio as a whole to visitors. And since San Antonio is truly an international destination, with visitors utilizing a variety of mobile technologies and wireless service providers, it is also critical that the Airport have a single-layer, multi-carrier solution. The Airport was built in July 1941 as a military base and became a commercial airport in 1953. It is the primary airport servicing the San Antonio Metropolitan Area. The Airport complex is over 2,600 acres with two terminals, three runways, and a Federal Inspection Station that processes international flight arrivals. The station supports operations of the U.S. Dept. of Homeland Security and the U.S. Animal and Plant Health Inspection Service. Ten domestic and international airlines provide regular commercial service to over 30 non-stop domestic and international destinations from the San Antonio International Airport. For more information about the Airport, please visit www.sanantonio.gov/SAT.

004 - SCOPE OF SERVICE

The Scope of Work for the selected Respondent (“Licensee”), including minimum specifications for the DAS, are included in RFP Exhibit 1 Scope of Work. Proposals must demonstrate that Respondents have the capacity, including experience, technical capability, technology, financial resources, and commitments, to:

• Design, engineer, install (build), own, operate, market, maintain, upgrade and manage a neutral-host DAS at the Facility that:

o accommodates independently as many wireless service providers and technologies as

possible; o provides the required voice, data and public safety system coverage, including bandpass

capability for the City’s public safety land radio system;

o provides the required system reliability;

o provides adequate capacity to accommodate consistently large usage;

o provides adequate capacity to meet the future voice and data demands and technologies of wireless service providers and customers;

3

Page 4: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

o has minimal visual/aesthetic impact inside and outside the Facility;

• Market, encourage, and negotiate wireless carrier participation;

• Bear any and all costs associated with or related to the system, while guaranteeing the City

has no cost whatsoever; and

• Provide a fair market return to the City. Only one DAS/provider will be allowed at the Facility. This RFP process will result in the selection, if any, of a single Respondent for the sole host opportunity. The City is not initially prescribing whether the DAS architecture should be dedicated for each wireless carrier or shared, but will not allow redundant cabling and antennas for each wireless carrier. The only stipulation is that the preferences of the wireless service providers are considered in the design and that the design meets the quality of service and growth needs of each wireless carrier while sharing resources. The level of performance of each subsequent wireless carrier must equal that of the first wireless carrier. All Respondents, including wireless service providers, must satisfactorily demonstrate the ability to enter into agreements with all major wireless service providers, including AT&T, Sprint, Verizon Wireless, and T-Mobile, to participate on the Respondent’s Proposal. Further, the selected Respondent will be required to have a minimum of two (2) major wireless service providers identified in their proposal response participating on the DAS within six months of contract execution, or demonstrating good faith efforts towards achieving this requirement, or the DAS contract with the selected Respondent could be terminated. Consideration may be given to Respondent that demonstrates carrier commitment in the form of bona fide letters of intent that are submitted with proposal response. Two letters of intent from the selected Respondent will be required prior to contract presentation to City Council. The provision or propagation of Wi-Fi is specifically not included in the scope of services requested by the City and Respondents should not incorporate Wi-Fi as part of their proposals. The Respondent is responsible for any and all specific equipment necessary or convenient to the operation of the DAS for a world-class operation at the airport complex. The City will not furnish any equipment, items or modification to City facilities. Construction of the DAS will not begin until the minimum number of major wireless service providers have agreed to join the DAS. To support the selected Respondent (subject to availability, other limitations and/or fees/rates to be established by the City), the City may provide:

a. Building access; b. Head-end space; c. Power; d. CAD drawing/files of the Facility; and e. Parking.

The selected Respondent’s DAS must be installed inside the Facility, tested and accepted, operational on or before 09/08/2018. The selected Respondent will be required to have the major wirelesss service providers identified in their proposal response participating on the DAS within six months of contract execution. Respondents should note that information contained in this RFP, all attachments, exhibits and appendices hereto, and any addendum that may be issued, is provided to assist prospective Respondents in the preparation of Proposals. Respondents should satisfy themselves by personal investigation, or such other means as they may think necessary, as to the conditions affecting the resulting Proposals. The information shown herein has been obtained from sources thought to be reliable, but the City and its elected officials, officers, employees, agents and contractors, are not liable for the accuracy of the information, or its use by Respondents.

4

Page 5: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

005 - ADDITIONAL REQUIREMENTS Intellectual Property. If selected, Respondent agrees to abide by the following regarding intellectual property rights: Respondent shall pay all royalties and licensing fees. Respondent shall hold the City harmless and indemnify the City from the payment of any royalties, damages, losses or expenses including attorney's fees for suits, claims or otherwise, growing out of infringement or alleged infringement of copyrights, patents, materials and methods used in the project. It shall defend all suits for infringement of any Intellectual Property rights. Further, if Respondent has reason to believe that the design, service, process or product specified is an infringement of an Intellectual Property right, it shall promptly give such information to the City. Upon receipt of notification that a third-party claims that the program(s), hardware or both the program(s) and the hardware infringe upon any United States patent or copyright, Respondent will immediately:

Either:

obtain, at Respondent’s sole expense, the necessary license(s) or rights that would allow the City to continue using the programs, hardware, or both the programs and hardware, as the case may be, or, alter the programs, hardware, or both the programs and hardware so that the alleged infringement is eliminated, and reimburse the City for any expenses incurred by the City to implement emergency backup measures if the City is prevented from using the programs, hardware, or both the programs and hardware while the dispute is pending.

Respondent further agrees to:

assume the defense of any claim, suit, or proceeding brought against the City for infringement of any United States patent or copyright arising from the use and/or sale of the equipment or software under this Agreement, assume the expense of such defense, including costs of investigations, reasonable attorneys' fees, expert witness fees, damages, and any other litigation-related expenses, and indemnify the City against any monetary damages and/or costs awarded in such suit;

Provided that:

Respondent is given sole and exclusive control of all negotiations relative to the settlement thereof, but that Respondent agrees to consult with the City Attorney of the City during such defense or negotiations and make good faith effort to avoid any position adverse to the interest of the City, the Software or the equipment is used by the City in the form, state, or condition as delivered by Respondent or as modified without the permission of Respondent, so long as such modification is not the source of the infringement claim, the liability claimed shall not have arisen out of the City's negligent act or omission, and the City promptly provide Respondent with written notice within 15 days following the formal assertion of any claim with respect to which the City asserts that Respondent assumes responsibility under this section.

5

Page 6: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

Ownership and Licenses.

In accordance with Texas law, Respondent acknowledges and agrees that all local government records created or received in the transaction of official business or the creation or maintenance of which were paid for with public funds are declared to be public property and subject to the provisions of Chapter 201 of the Texas Local Government Code and Subchapter J, Chapter 441 of the Texas Government Code. Thus, no such local government records produced by or on the behalf of Respondent pursuant to this Contract shall be the subject of any copyright or proprietary claim by Respondent. The term “local government record” as used herein shall mean any document, paper, letter, book, map, photograph, sound or video recording, microfilm, magnetic tape, electronic medium, or other information recording medium, regardless of physical form or characteristic and regardless of whether public access to it is open or restricted under the laws of the state, created or received by local government or any of its officials or employees pursuant to law including an ordinance, or in the transaction of official business. Respondent acknowledges and agrees that all local government records, as described in herein, produced in the course of the work required by any contract awarded pursuant to this RFP, will belong to and be the property of City. Respondent, if awarded this contract, will be required to turn over to City, all such records as required by said contract. Respondent, if awarded this contract, shall not, under any circumstances, release any records created during the course of performance of the contract to any entity without City’s written permission, unless required to do so by a Court of competent jurisdiction. In accordance herewith, Respondent, if selected, agrees to comply with all applicable federal, state and local laws, rules and regulations governing documents and ownership, access and retention thereof.

Performance Bond.

If selected, Respondent may be required to provide a performance bond, in a form acceptable to the City, made payable to the City of San Antonio, executed by a corporate surety acceptable to City who is licensed pursuant to the Texas Insurance Code and listed on the United States Department of the Treasury’s Listing of Approved Sureties (Dept Circular 570) in the amount of the contract price. If the City, in its sole discretion, requires a performance bond, then said performance bond must have attached thereto a Power of Attorney as evidence of the authority of the person executing the bond to bind the surety. The performance bond must clearly and prominently display on the bond or on an attachment to the bond: (1) the name, mailing address, physical address, and telephone number, including the area code, of the surety company to which any notice of claim should be sent; or (2) the toll-free telephone number maintained by the Texas Department of Insurance pursuant to §521.051, Texas Insurance Code, and a statement that the address of the surety company to which any notice of claim should be sent may be obtained from the Texas Department of Insurance by calling the toll-free telephone number.

006 - TERM OF CONTRACT The anticipated term of the proposed contract is ten (10) years from the effective date of City Council approval. The City shall have the option to renew for two (2) additional five-year terms with Aviation Director’s approval.

007 - PRE-SUBMITTAL CONFERENCE AND SITE TOUR

A Pre-Submittal Conference will be held at San Antonio International Airport, Terminal A, Mezzanine Conference Room, 9800 Airport Boulevard, San Antonio, Texas 78216 at 10:00 a.m., Central Time, on September 13, 2017. Respondents are encouraged to prepare and submit their questions in writing 3 calendar days in advance of the Pre-Submittal Conference in order to expedite the proceedings. City’s responses to questions received by this due date may be distributed at the Pre-Submittal Conference and posted with this solicitation. Attendance at the Pre-Submittal Conference is optional, but highly encouraged. Respondents that are not able to attend in person may participate by Conference Call. Respondents may call the toll free number listed below and enter access code to participate the day of the conference.

6

Page 7: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

Toll Free No. 1-877-226-9790 Access Code: 7601141 This meeting place is accessible to disabled persons. The Airport is wheelchair accessible. Accessible parking spaces are located at 9800 Airport Boulevard, as necessary. Auxiliary aids and services are available upon request. Interpreters for the Deaf must be requested at least 48 hours prior to the meeting. For assistance, call (210) 207-7245 Voice/TTY. A Site Tour will commence immediately following the Pre-Proposal Conference. An additional site tour will be provided on October 3, 2017 at 1:00 p.m., Central Time. Meeting location for the additional site tour is San Antonio International Airport, Terminal A, Mezzanine Conference Room, 9800 Airport Boulevard, San Antonio, Texas 78216 Respondents requesting facility plans must sign Non-Disclosure Agreements (NDA). Respondents requesting this must complete Attachment H. Any oral response given at the Pre-Submittal Conference that is not confirmed in writing and posted with this solicitation shall not be official or binding on the City. Only written responses shall be official and all other forms of communication with any officer, employee or agent of the City shall not be binding on the City. Respondents are encouraged to resubmit their questions in writing, to the City Staff person identified in the Restrictions on Communication section, after the conclusion of the Pre-Submittal Conference.

008 - PROPOSAL REQUIREMENTS Respondent’s Proposal shall include the following items in the following sequence, noted with the appropriate heading as indicated below. If Respondent is proposing as a team or joint venture, provide the same information for each member of the team or joint venture. Submit one (1) COMPLETE original hard copy of your proposal, signed in ink, 6 hard copies WITH ONLY TABS and documents for the Executive Summary; General Information Form; Experience, Background, and Qualifications; Proposed Plan, etc. (NO ACDBE and/or Compensation SHOULD BE INCLUDED in the 8 copies) and one (1) copy of the COMPLETE proposal on compact disk (CD) or USB flash drive containing an Adobe PDF version of the entire proposal. Each of the item requirements listed below must be labeled with the heading indicated below as a separate file on the CD or USB flash drive. TABLE OF CONTENTS

*EXECUTIVE SUMMARY. The summary shall include a statement of the work to be accomplished, how Respondent proposes to accomplish and perform each specific service and unique problems perceived by Respondent and their solutions.

*GENERAL INFORMATION FORM. Use the Form found in this RFP as Attachment A, Part One. *EXPERIENCE, BACKGROUND & QUALIFICATIONS. Use the Form found in this RFP as Attachment A, Part Two. *PROPOSED PLAN. Use the Form found in this RFP as Attachment A, Part Three. COMPENSATION SCHEDULE. Use the Compensation Schedule that is found in this RFP as Attachment B. CONTRACTS DISCLOSURE FORM. Follow the instructions that are found in this RFP as RFP Attachment C. LITIGATION DISCLOSURE FORM. Complete and submit the Litigation Disclosure Form, found in this RFP as Attachment D. If Respondent is proposing as a team or joint venture, then all persons or entities who will be parties to the contract (if awarded) shall complete and return this form.

7

Page 8: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

*AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISE (ACDBE) PROGRAM REQUIREMENTS. Complete, sign, and submit the required ACDBE Good Faith Effort Plan for Federally Funded Contracts (DBE Form 1), found in this RFP as RFP Attachment E. If proposed subcontractor/s/suppliers are certified, attach a copy of their Certification Affidavit to DBE Form 1. If Respondent is a Joint Venture, submit the required Joint Venture documentation described in RFP Attachment E.

Respondents must submit a Narrative Statement which describes their:

• Business Diversity Plan which should include, but not be limited to, the following types of information: commitment in addressing diversity; activities to be taken to assure equal employment opportunity for all persons, regardless of race, color, religion, age, national origin, citizenship status, or disability; and institutional strategies to ensure diversity.

• Historical DBE/ACDBE utilization on previous contracts. • Efforts to achieve significant and meaningful diversity on this project team compilation.

*VETERAN-OWNED SMALL BUSINESS (VOSB) PREFERENCE PROGRAM IDENTIFICATION FORM. Complete, sign, and submit VOSB Tracking Form found in this RFP as Attachment F. CERTIFICATE OF INTERESTED PARTIES (FORM 1295). See RFP Attachment G. Respondent must complete Form 1295 online at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm and submit a notarized copy with Respondent’s proposal. PROOF OF INSURABILITY. Submit a letter from insurance provider stating provider’s commitment to insure the Respondent for the types of coverages and at the levels specified in this RFP if awarded a contract in response to this RFP. Respondent shall also submit a copy of their current insurance certificate.

FINANCIAL INFORMATION. Submit a recent copy of a Dun and Bradstreet financial report, or other credit report, on Respondent and its partners, affiliates and subtenants, if any.

PROPOSAL BOND. Respondent must submit a Proposal Bond, in a form acceptable to City, made payable to the City of San Antonio, executed by a corporate surety acceptable to the City who is licensed pursuant to the Texas Insurance Code and listed on the United States Department of the Treasury’s Listing of Approved Sureties (Dept Circular 570) in the amount of $5,000.00. The Proposal Bond must provide assurance that the proposal has been submitted in good faith, the Respondent intends to enter into the contract in accordance with the proposal, and will provide the required performance bond, if awarded the contract. It shall provide that failure to enter into the contract, if awarded, or to provide the required performance bond, may result in a forfeiture of the proposal bond. The Proposal Bond shall be valid for one-hundred eighty (180) days following the deadline for submission of proposals. The Proposal Bond must be accompanied by an original signed and notarized Power-of-Attorney bearing the seal of the issuing surety company and reflecting that the signatory to the bond is a designated Attorney-in-Fact. If Respondent is not selected, the City will not collect on the bond, but will keep the original document pursuant to the Local Government Records Act and applicable retention schedule. SIGNATURE PAGE. Respondent must complete, sign and submit the Signature Page found in this RFP as Attachment I. The Signature Page must be signed by a person, or persons, authorized to bind the entity, or entities, submitting the proposal. Proposals signed by a person other than an officer of a corporate respondent or partner of partnership respondent shall be accompanied by evidence of authority.

ADDENDUM. Sign addendum, if any, and submit with proposal. PROPOSAL CHECKLIST. Complete and submit the Proposal Checklist found in this RFP as Attachment J.

8

Page 9: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

Respondent is expected to examine this RFP carefully, understand the terms and conditions for providing the services listed herein and respond completely. FAILURE TO COMPLETE AND PROVIDE ANY OF THESE PROPOSAL REQUIREMENTS MAY RESULT IN THE RESPONDENT’S PROPOSAL BEING DEEMED NON-RESPONSIVE AND THEREFORE DISQUALIFIED FROM CONSIDERATION.

009 - CHANGES TO RFP Changes to the RFP, made prior to the due date for proposals shall be made directly to the original RFP. Changes are captured by creating a replacement version each time the RFP is changed. It is Respondent’s responsibility to check for new versions until the proposal due date. City will assume that all proposals received are based on the final version of the RFP as it exists on the day proposals are due. No oral statement of any person shall modify or otherwise change or affect the terms, conditions or specifications stated in the RFP.

010 - SUBMISSION OF PROPOSAL Submission of Hard Copy Proposals.

Respondent shall submit one COMPLETE original signed in ink, 6 hard copies WITH ONLY TABS and documents for Executive Summary; General Information Form; Experience, Background and Qualifications; Proposed Plan, etc. (NO ACDBE AND/OR COMPENSATION TO BE INCLUDED) and one copy of the proposal on compact disk (CD) containing an Adobe PDF version of the entire proposal in a sealed package clearly marked with the project name, “Aviation Distributed Antenna System” on the front of the package. The name and address of Respondent, the due date for submission of proposals, RFP number and title of the solicitation shall be marked on the outside of the envelope(s). All times stated herein are Central Time. Any proposal or modification received after the time and date stated on the Cover Page shall be rejected. Proposals must be received in the Office of the City Clerk no later than 2:00 p.m. 11:00 a.m., Central Time, on October 27 November 1, 2017 at the address below. Any proposal or modification received after this time shall not be considered, and will be returned, unopened to the Respondent. Respondents should note that delivery to the P.O. Box address in a timely manner does not guarantee its receipt in the Office of the City Clerk by the deadline for submission. Therefore, Respondents should strive for early submission to avoid the possibility of rejection for late arrival. Mailing Address: Office of the City Clerk Attn: Aviation Department – “Distributed Antenna System” P.O. Box 839966 San Antonio, Texas 78283-3966 Physical Address: Office of the City Clerk Attn: Aviation Department – “Distributed Antenna System” 100 Military Plaza City Hall San Antonio, Texas 78205 Proposals sent by facsimile or email will not be accepted.

Proposal Format. Each proposal shall be typewritten, single spaced and submitted on 8 ½” x 11” white paper. If submitting a hard copy, place proposal inside a three ring binder. The use of recycled paper and materials is encouraged. Unnecessarily elaborate brochures, artwork, bindings, visual aids, expensive paper, or other materials beyond that sufficient to present a complete and effective submission are not required. Font size shall be no less than 12-point type. All pages shall be numbered and, in the case of hard copy submissions, printed one-sided. Margins shall be no less than 1” around the perimeter of each page. Websites or URLs shall not be submitted in lieu of the printed proposal. ORIGINAL proposals must include ALL the sections and attachments in the sequence listed in the RFP Section 008, Proposal Requirements, and each section and attachment must be indexed and, for hard copy submissions, ONLY REQUIRED

9

Page 10: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

SECTIONS AND ATTACHMENTS listed by asterisk in Section 008, Proposal Requirements MUST be divided by tabs and indexed in a Table of Contents page. For CD copy of proposal, each separate section should be attached as a separate file. Failure to meet the above conditions may result in disqualification of the proposal or may negatively affect scoring. Modified Proposals. Proposals may be modified provided such modifications are received prior to the time and date set for submission of proposals, and submitted in the same manner as original proposals. For hard copy proposals, provide a cover letter with the proposal, indicating it is a modified proposal and that the original proposal is being withdrawn. City shall not be responsible for lost or misdirected proposals or modifications. Certified Vendor Registration Form. If Respondent has not completed City’s Certified Vendor Registration (CVR) Form. Respondent is required to do so prior to the due date for submission of proposals. The CVR form may be accessed at: http://www.sanantonio.gov/purchasing/. Respondents must identify the correct name of the entity that will be providing the goods and/or services under the contract. No nicknames, abbreviations (unless part of the legal title), shortened or short hand names will be accepted in place of the full, true and correct legal name of the entity. Correct Legal Name.

Respondents who submit proposals to this RFP shall correctly state the true and correct name of the individual, proprietorship, corporation, and /or partnership (clearly identifying the responsible general partner and all other partners who would be associated with the contract, if any). No nicknames, abbreviations (unless part of the legal title), shortened or short-hand, or local "handles" will be accepted in lieu of the full, true and correct legal name of the entity. These names shall comport exactly with the corporate and franchise records of the Texas Secretary of State and Texas Comptroller of Public Accounts. Individuals and proprietorships, if operating under other than an individual name, shall match with exact Assumed Name filings. Corporate Respondents and limited liability company Respondents shall include the 11-digit Comptroller's Taxpayer Number on the General Information form found in this RFP as Attachment A, Part One.

If an entity is found to have incorrectly or incompletely stated its name or failed to fully reveal its identity on the General Information form, the Director of the Finance Department shall have the discretion, at any point in the contracting process, to suspend consideration of the proposal.

Firm Offer. All provisions in Respondent’s proposal, including any estimated or projected costs, shall remain valid for one hundred eighty (180) days following the deadline date for submissions or, if a proposal is accepted, throughout the entire term of the contract. Confidential or Proprietary Information. All proposals become the property of the City upon receipt and will not be returned. Any information deemed to be confidential by Respondent should be clearly noted; however, City cannot guarantee that it will not be compelled to disclose all or part of any public record under the Texas Public Information Act, since information deemed to be confidential by Respondent may not be considered confidential under Texas law, or pursuant to a Court order. Cost of Proposal. Any cost or expense incurred by the Respondent that is associated with the preparation of the Proposal, the Pre-Submittal conference, if any, or during any phase of the selection process, shall be borne solely by Respondent.

011 - RESTRICTIONS ON COMMUNICATION

Respondents are prohibited from communicating with: 1) elected City officials and their staff regarding the RFP or proposals from the time the RFP has been released until the contract is posted as a City Council agenda item; and 2) City employees from the time the RFP has been released until the contract is awarded. These restrictions extend to “thank you” letters, phone calls, emails and any contact that results in the direct or indirect discussion of the RFP and/or proposal submitted by Respondent. Violation of this provision by Respondent and/or its agent may lead to disqualification of Respondent’s proposal from consideration.

10

Page 11: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

Exceptions to the Restrictions on Communication with City employees include:

Respondents may ask verbal questions concerning this RFP at the Pre-Submittal Conference.

Respondents may submit written questions concerning this RFP to the Staff Contact Person listed below until 3:00 p.m., Local Time, on October 12, 2017 Questions received after the stated deadline will not be answered. All questions shall be sent by e-mail. Marisol Amador, Procurement Specialist III City of San Antonio, Aviation Department [email protected] A Respondent that has an ongoing business relationship with the City may communicate with City employees to the extent necessary to perform the Respondent’s duties and obligations related to that business relationship. Questions submitted and the City’s responses will be posted with this solicitation. Respondent and/or their agents may contact the Aviation Department’s DBE/ACDBE Liaison Officer for assistance or clarification with issues specifically related to the DBE/ACDBE policy and/or completion of the Good Faith Effort Plan. Point of contact is Ms. Barbara Trevino or Joseph Gonzalez, who may be reached via telephone at (210) 207-3505 or through e-mail at [email protected] and [email protected]. Respondents and/or their agents may contract Ms. Trevino or Mr. Gonzalez at any time prior to the due date for submission of proposals. Contacting her or her office regarding this RFP after the proposal due date is not permitted.

Respondents may provide responses to questions asked of them by the Staff Contact Person after responses are received and opened. During interviews, if any, verbal questions and explanations will be permitted. If interviews are conducted, Respondents shall not bring lobbyists. The City reserves the right to exclude any persons from interviews as it deems in its best interests. Respondents may contact the Vendor Support staff at (210) 207-0118 or by email at [email protected] for assistance with vendor registration. Upon completion of the evaluation process, Respondents shall receive a notification letter indicating the recommended firm, anticipated City Council agenda date and a review of the solicitation process.

City reserves the right to contact any Respondent to negotiate if such is deemed desirable by City. Such negotiations, initiated by City staff persons, shall not be considered a violation by Respondent of this section.

012 - EVALUATION OF CRITERIA The City will conduct a comprehensive, fair and impartial evaluation of all Proposals received in response to this RFP. The City may appoint a selection committee to perform the evaluation. Each Proposal will be analyzed to determine overall responsiveness and qualifications under the RFP. Criteria to be evaluated may include the items listed below. The selection committee may select all, some or none of the Respondents for interviews. If the City elects to conduct interviews, Respondents may be interviewed and re-scored based upon the same criteria. The City may also request additional information from Respondents at any time prior to final approval of a selected Respondent. The City reserves the right to select one, or more, or none of the Respondents to provide services. Final approval of a selected Respondent is subject to the action of the City of San Antonio City Council. Evaluation criteria:

Experience, Background, Qualifications (45 points)

11

Page 12: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

Proposed Plan (40 points) Compensation Schedule (15 points) Airport Concessionaire Disadvantaged Business Enterprise Program (ACDBE) (Pass/Fail):

ACDBE participation shall be evaluated based on the participation plan and other information submitted by respondent as set forth in the Airport Concessionaire Disadvantaged Business Enterprise Program Requirements and Forms (Response Attachment E).

013 - AWARD OF CONTRACT AND RESERVATION OF RIGHTS City reserves the right to award one, or no contract(s) in response to this RFP. The Contract, if awarded, will be awarded to the Respondent(s) whose Proposal(s) is deemed most advantageous to City, as determined by the selection committee, upon approval of the City Council. City may accept any Proposal in whole or in part. If subsequent negotiations are conducted, they shall not constitute a rejection or alternate RFP on the part of City. However, final selection of a Respondent is subject to City Council approval. City reserves the right to accept one proposal or reject any or all proposals received in response to this RFP, and to waive informalities and irregularities in the proposals received. City also reserves the right to terminate this RFP, and reissue a subsequent solicitation, and/or remedy technical errors in the RFP process. City will require the selected Respondent(s) to execute a contract in substantially the form as attached with the City, prior to City Council award. No work shall commence until City signs the contract document(s) and Respondent provides the necessary evidence of insurance as required in this RFP and the Contract. Contract documents are not binding on City until approved by the City Attorney. In the event the parties cannot negotiate and execute a contract within the time specified, City reserves the right to terminate negotiations with the selected Respondent and commence negotiations with another Respondent. This RFP does not commit City to enter into a Contract, award any services related to this RFP, nor does it obligate City to pay any costs incurred in preparation or submission of a proposal or in anticipation of a contract. If selected, Respondent will be required to comply with the Insurance and Indemnification Requirements established herein. The successful Respondent must be able to formally invoice the City for services rendered, incorporating the SAP-generated contract and purchase order numbers that shall be provided by the City. Conflicts of Interest. Respondent acknowledges that it is informed that the Charter of the City of San Antonio and its Ethics Code prohibit a City officer or employee, as those terms are defined in the Ethics Code, from having a financial interest in any contract with City or any City agency such as City-owned utilities. An officer or employee has a “prohibited financial interest” in a contract with City or in the sale to City of land materials, supplies or service, if any of the following individual(s) or entities is a party to the contract or sale: the City officer or employee; his parent, child or spouse; a business entity in which he or his parent, child or spouse owns ten (10) percent or more of the voting stock or shares of the business entity, or ten (10) percent or more of the fair market value of the business entity; or a business entity in which any individual or entity above listed is a subcontractor on a City contract, a partner or a parent or subsidiary business entity. Respondent is required to warrant and certify that it, its officers, employees and agents are neither officials nor employees of the City, as defined in Section 2-42 of the City’s Ethics Code. (Contracts Disclosure – form may be found online at http://www.sanantonio.gov/Ethics/ForCompliance/Vendors-And-

12

Page 13: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

Conflict-of-Interest-Reports.) Independent Contractor. Respondent agrees and understands that, if selected, it and all persons designated by it to provide services in connection with a contract, are and shall be deemed to be an independent contractors, responsible for their respective acts or omissions, and that City shall in no way be responsible for Respondent’s actions, and that none of the parties hereto will have authority to bind the others or to hold out to third parties, that it has such authority. State of Texas Conflict of Interest Questionnaire (Form CIQ). Chapter 176 of the Texas Local Government Code requires that persons, or their agents, who seek to contract for the sale or purchase of property, goods, or services with the City, shall file a completed Form CIQ with the City Clerk if those persons meet the requirements under §176.006(a) of the statute. By law this questionnaire must be filed with the City Clerk not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Texas Local Government Code. Form CIQ is available from the Texas Ethics Commission by accessing the following web address:

https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm In addition, please complete the City’s Addendum to Form CIQ (Form CIQ-A) and submit it with Form CIQ to the Office of the City Clerk. The Form CIQ-A can be found at:

http://www.sanantonio.gov/Portals/0/Files/Ethics/OCC-CIQ-Addendum.pdf When completed, the CIQ Form and the CIQ-A Form should be submitted together, either by mail or hand delivery, to the Office of the City Clerk. If mailing, mail to: Office of the City Clerk, P.O. Box 839966, San Antonio, TX 78283-3966. If delivering by hand, deliver to: Office of the City Clerk, City Hall, 2nd floor, 100 Military Plaza, San Antonio, TX 78205. Do not include these forms with your proposal. The Purchasing Division will not deliver the forms to the City Clerk for you.

014 - SCHEDULE OF EVENTS Following is a list of projected dates/times with respect to this RFP: RFP Release Date September 1, 2017 Pre-Submittal Conference September 13, 2017 @ 10:00 a.m. Site Visit 1 September 13, 2017 following the Conference Site Visit 2 October 3, 2017 @ 1:00 p.m. Final Questions Accepted October 12, 2017 @ 3:00 p.m. Proposal Due November 1, 2017 @ 11:00 a.m.

13

Page 14: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

015 - RFP EXHIBITS

RFP EXHIBIT 1

SCOPE OF WORK

A. DESIGN AND SPECIFICATIONS

Design, engineer, install, market, operate, maintain, manage, upgrade and own a neutral- host, multi-carrier DAS (“Licensee’s DAS”) inside and outside the Facility.

B. DESIGN AND SPECIFICATIONS

1. Design

a. Architecture. Licensee shall use a modular architecture in the design of Licensee’s DAS. Licensee shall develop an overall architecture, which includes all the network equipment, hardware, software and other components required to meet the requirements defined in the City’s RFP. Licensee’s DAS design shall satisfy the requirements of all the applications identified in City’s RFP.

b. Wireless service providers. Licensee shall attempt to invite wireless service providers and other wireless industry representatives to contribute recommendations and review the technical, operating and business development of Licensee’s DAS.

i. Participation by the wireless industry shall be voluntary. ii. City shall encourage wireless service providers to select a single contact person

with Licensee and City for the design and installation; however, this can’t be guaranteed by City and Licensee shall have a contingency plan in the event the wireless industry does not participate in the design and installation of Licensee’s DAS.

iii. Licensee shall attempt to obtain each wireless carrier’s frequency/traffic demand projection plan to ascertain the following and shall incorporate this information into the design of Licensee’s DAS:

1. plans to commission additional channels per sector to meet demands of macro outdoor wireless traffic, and whether these channels are available for indoor use also; and

2. subscriber and usage data for indoor venues and the projections for traffic usage and number of channels required to meet subscriber traffic in 2-5 years.

c. RF Survey. Licensee shall provide a detailed design, which takes into account the unique layout and structure of the Facility. Licensee shall conduct a detailed Radio Frequency (“RF”) survey of the required coverage areas to identify equipment locations, cable pathways, antenna locations, and the sites for all other required equipment. An initial survey may have been completed prior to the Licensee submitting its proposal to City’s RFP, but the survey may have to be completed again prior to installation, in order to identify changes to the Facility and accommodate Licensee’s DAS equipment and antenna sites accordingly.

d. Macro/Micro Sites. Licensee’s DAS design should minimize the equipment that would be placed or mounted internally on building structures and in any publicly visible location.

e. Deviation. Should Licensee’s final design, in City’s judgment, substantially deviate from Licensee’s Proposal in response to City’s RFP, City reserves the right to terminate the Agreement without cost or cause.

2. Neutral Host. Licensee’s DAS shall be a protocol-neutral solution to support RF-based

telecommunications applications for multiple wireless service providers.

3. Wireless Spectrums. Licensee’s DAS shall include all spectrums that wireless service providers are currently authorized by the Federal Communications Commission (“FCC”) to implement, as well as spectrums that will likely be implemented for wireless service in the future;

14

Page 15: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

4. Public Safety System a. Licensee’s DAS shall not interfere with the City’s and Bexar County’s public safety

7 0 0 / 800 MHz radio frequencies. The frequencies range from 806 MHz – 825 MHz and 851 MHz – 870 MHz for our 800 MHz; and 769 MHz – 775 MHz and 799 MHz – 805 MHz for our 700 MHz layer (InterOp) ; and

b. Licensee’s DAS shall incorporates these frequencies and the complete rebroadcast of 139 current channels. A complete list of channels shall be provided to Licensee by City.

i. 8-12 channel “channelized” public safety repeaters are not acceptable. The City requires the complete rebroadcast of all channels.

ii. The coordinates of the closest 800 MHz public safety tower donor site to the Facility are: 29-25-14.1N, 98-30-23.3W, 601 S. Frio St, San Antonio, Texas 78207.

c. Licensee’s DAS must meet current San Antonio Fire Code, Section 510 Emergency Responder Radio Coverage for the installation and acceptance testing.

5. Scalable and Adaptable. Licensee’s DAS shall be scalable and adaptable including:

a. incorporating multi-band equipment, or providing a core architecture, that can be easily expanded with modular electronic components; and

6. Wireless Sectors. Licensee’s DAS design shall accommodate the number of sectors the wireless

service providers desire to broadcast on it. The Facility’s coverage area shall be divided into zones, allowing each wireless carrier sector to cover one or more zones with a wireless carrier sector. This will allow Licensee’s DAS to accommodate the highest number of sectors demanded by wireless service providers in an effort to meet projected traffic demands.

7. Location Based Services. Licensee’s DAS shall provide Location-Based Services (“LBS”): a. that identify the location of user devices, with the minimum location accuracy being

within the signal coverage area of a typical DAS sector; b. that do not interfere with existing, common LBS solutions in the marketplace (i.e. some

application-specific providers have their own LBS solutions, such as TruePosition).

8. Emergency 911 Services. Licensee’s DAS shall support e911 and 911 location services.

9. EV-DO/EV-DV/UMTS/LTE. Licensee’s DAS shall be compatible with current EVolution- Data Optimized (EV-DO)/EVolution-Data Voice (EV-DV) and Universal Mobile Telecommunications Systems (UMTS), Long Term Evolution (LTE) and new technologies (i.e. 4G/5G), as well as current re-banding efforts.

10. Signal Coverage and Reliability a. Active Signal Handling

i. Licensee’s DAS shall have active (powered) elements that filter and amplify signals to consistently deliver wireless services at the appropriate power levels.

ii. Licensee’s DAS shall support all wireless service providers to ensure that each wireless carrier has the ability to adjust and control power levels without disturbing other wireless service providers.

b. RAN Sectors. RAN sectors feeding Licensee’s DAS shall be set to high-capacity parameters, with traffic throttling.

c. Soft Handover. The soft handover from Licensee’s DAS to the macro-cellular network shall occur outside the Facility.

d. RF Signal Coverage. At a minimum, Licensee’s DAS shall deliver signal strength of -85 dBm to -89 dBm to 95% of the desired coverage areas and maintaining a Service Level Availability Index of 99.99%.

e. Fiber Optic Transport. Licensee’s DAS may utilize fiber optics to distribute signals within the vertical risers. This needs to be coordinated with COSA and provided by contractor at their costs, if not available. Contractor will present design and all other supporting information if additional fiber optics capacity required. COSA ITSD will provide written approval on design and will have full rights of use of all fiber optic facilities provided by contractor.

15

Page 16: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

f. Broadband Distribution. I t i s prefer red tha t Licensee’s DAS use Cat6 or coax or

fiber optic cabling in the horizontal runs to remote antenna units, or directly to passive broadband antennas in the distribution area.

g. . h. Centralized Power. Licensee’s DAS shall support either remote, centralized power, or

UPS, and shall be sufficient to ensure continuous operation at full power and functionality for a period of not less than eight hours in the absence of utility power. This is a City standard.

11. Manageability

a. SNMP Integration. Licensee’s DAS shall be Simple Network Management Protocol (“SNMP”) compliant.

b. Centralized Management System. In the absence of an SNMP-based Network Management System (“NMS”), Licensee’s DAS shall provide a centralized management system that provides a system-wide view of the inside and outside deployment of Licensee’s DAS.

c. End-to-End Visibility. Licensee’s DAS management system shall provide end-to- end status information from the Bi-Directional Amplifier (“BDA”)/Base Transceiver Station (“BTS”) to the remote-end, including the antennae.

d. COSA selected staff should be provide a means of monitoring systems’ status/failures through a web-based portal, email, or other standard means on an as needed basis.

12. Diagnostics. Licensee’s DAS shall have fault tolerance mechanisms to mitigate and/or eliminate

single points of failure for all components, and shall have self-healing features to ensure no applications are disrupted.

13. Antennae a. All antenna locations shall be approved by City prior to installation. b. Current roof penetrations or punches may be utilized by contractor upon written approval

by COSA departmental facility management group. If these are known, and in all cases shall be utilized, regardless of length of cable runs. If for any reason, the existing roof penetrations cannot be utilized then the contractor must provide these penetrations at their own costs. These penetrations must be approved in writing by COSA departmental facility management group prior to any work commencing on the project.

c. All antennae shall be: i. multi-band; ii. resistant to vandalism, accidental physical abuse, and extreme weather conditions

(wind, precipitation, etc.); and iii. installed using brackets and jumper cabling provided by contractor at their own cost and

approved by City. Tie wraps and wire are not acceptable as cable-hanging devices. d. Indoor antennae shall be:

i. low-profile (stealth) that blend into the Facility’s architecture; and ii. flush-mount, suitable for suspended ceilings or walls.

e. Licensee shall install antennas on suspended ceilings whenever possible. Antennas can be surface mounted to walls at ceiling height in an open ceiling environment.

14. Outdoor Equipment. All outdoor equipment shall be designed to:

a. support ambient temperatures of 0°F – 122 °F; and i. Licensee shall include vendor-supplied equipment specifications confirming that

this requirement is satisfied. b. withstand sustained winds up to 85 mph and gusts to 105 mph.

i. Licensee shall provide detailed information regarding its proposed solution’s ability to tolerate wind loads and gusts, including any information from tests conducted to measure wind tolerance.

15. Grounding and Surge Protection. Licensee’s DAS shall incorporate proper grounding and

protection against power surges, including lightning strikes, for all electrical and network connections, using standard industry practices. Licensee shall provide all applicable equipment to

16

Page 17: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

satisfy this requirement. Licensee shall document all grounding and surge protection practices and equipment in the final as-built drawings.

C. INSTALLATION

1. Requirement. Licensee shall provide all the installation services necessary to install, configure and test all components, and shall perform all work in accordance with the terms and conditions of the Agreement and in a logical sequence, developed by Licensee and approved by City.

2. Schedule a. Licensee’s DAS shall be installed, tested, accepted and operational no later than

11/8/2018. Licensee shall have executed wireless carrier agreements with at least two of the following wireless carriers: AT&T, Sprint, Verizon Wireless, and T-Mobile, at a minimum, inside the Facility within six months of executed contract. Licensee shall be subject to liquidated damages for surpassing this deadline.

b. Licensee shall provide an installation schedule to include: i. planning, installation, testing and other major milestones associated with the

project; and ii. milestones at which City must be engaged to provide support, the type of support

required, and the estimated time will be required of City support. c. Licensee will promptly notify City of all delays known or anticipated in the

installation, rebuild, or extension of Licensee’s DAS. The Parties may extend the installation schedule in the event Licensee, acting in good faith, experiences delays for circumstances beyond its control.

d. The installation schedule shall be dictated by the Facility’s construction and projects calendar.

e. Licensee shall coordinate with City the dates and times that Licensee and its subcontractors will be engaged in installation activities at the Facility.

3. Project Manager. Licensee shall designate a project manager who shall:

a. be physically located in the San Antonio area and shall be available to meet with the City and City’s liaison on a daily basis throughout the installation of Licensee’s DAS;

b. provide City with contact information including, at a minimum, office phone number, mobile phone number, fax number, email address, and physical and mailing addresses in San Antonio;

c. be responsible for the overall implementation of Licensee’s DAS and shall serve as Licensee’s liaison with the City and Licensee’s employees and subcontractors, empowered by Licensee with decision-making authority for all aspects of the Agreement during implementation of Licensee’s DAS;

d. be capable of attending scheduled and unscheduled meetings onsite at the Facility; e. be present onsite at the Facility to manage subcontractor work and project schedule; and f. report the project status on a regular basis, as determined by City.

4. Safety Plan. Licensee shall ensure that all public and non-public areas remain safe, secure

and clear, and are properly identified, during installation. Licensee shall develop and provide a safety plan detailing precautionary measures taken to mitigate risks during installation. This plan must be fully compliant with OSHA regulations and City polices. Licensee shall obtain City’s prior approval of the plan before Licensee begins installation.

5. Disruptions. Licensee shall conduct all work in a manner that will minimize interference with the operations of other contractors involved in the performance of related work. If installation activities are disruptive to persons, events or activities at the Facility, those installation activities shall be completed overnight and on weekends when there are few to no flights and reduced flight operations, typically between the hours of 1:00 a.m. and 3:00 a.m., CT, Monday through Friday and on weekends. Licensee shall obtain City approval prior to overnight and weekend installation.

6. Coordination. Licensee shall coordinate all applicable installation activities with the City as agreed

17

Page 18: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

upon in the approved installation plan. City shall identify a liaison that will be the City’s primary point of contact with Licensee’s project manager regarding installation.

7. Demarc. COSA will provide contractor access to all existing telecommunication demarcation points within the facility. Contractor will be responsible for all costs with the establishment of new or enhancement of current demarcation facilities to provide access to telecommunications services. Contractor shall work with COSA to identify existing interconnects for potential demarcation extension however in the event that these are not available then the contractor will be responsible for providing all costs to build new facilities for extending any demarcation required. COSA ITSD will provide written approval of all demarcation work and no work is to be executed without written approval.

8. Cabling and Cable Trays. a. Licensee shall supply and install all cable trays beyond what is currently available within

the Facility. COSA ITSD will require review product technical sheets and provide written approval on all cable trays that are planned to utilized and/or installed as part of this project.

b. Licensee shall follow industry-accepted practices when installing Licensee’s DAS. Licensee shall comply with all Structured Cabling guidelines attached hereto as RFP Exhibit 6 General Building and Cabling Guidelines, and coordinate all cabling work with COSA ITSD. All cabling within cable trays and communications rooms shall be properly bundled.

c. Licensee shall install any required cabling throughout the Facility within cable trays or conduits. All lines will require conduit in owner selected areas. Painting will be required in some areas. This will be identified when deployment plans are reviewed.

d. Licensee shall supply and install all cable trays beyond what is currently available within the Facility. COSA ITSD will require review product technical sheets and provide written approval on all cable trays that are planned to be utilized and/or installed as part of this project.

9. Equipment Cabinets. Licensee shall provide all equipment cabinets. All cabinets shall be

lockable.

10. Manufacturer’s Specifications. All equipment and components shall be installed to manufacturer’s specifications, unless City authorizes otherwise. City may request Licensee provide manufacturer installation instructions.

11. Locations. Equipment and fixtures shall not be placed in locations that may interfere with building, electrical, plumbing, mechanical, life safety, security, communication, or any other systems or equipment City may designate.

12. Equipment Storage. Licensee’s equipment shall be immediately returned to storage and at all times be stored and secured in a neat, orderly fashion, or removed from the Facility when no installation activities are occurring. Licensee and its subcontractors shall only store equipment and supplies in areas authorized by City. Licensee is solely responsible for all equipment and supplies until City accepts Licensee’s DAS.

13. Head-End Specifications. Licensee shall provide City with detailed specifications for all head-end and other equipment rooms containing any equipment or components. These specifications shall include power and HVAC requirements, Uninterruptible Power Supply (“UPS”), fire suppression, communications, dimensions, internal racking and cabinet configurations, and any other relevant information.

14. Facility Modifications. Licensee shall obtain City approval prior to any physical alterations, temporary or permanent, to the Facility. This includes, but is not limited to, any alterations to the Facility’s structural steel, floors, ceilings, walls, pavement, fixtures and finishes.

15. Status Reports. Licensee shall provide installation status reports to the City on a weekly basis. These status reports should include installation progress with percentages of tasks and subtasks completed, issues and proposed solutions, schedule changes, and any other related information

18

Page 19: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

necessary for the City to adequately assess the installation. Based on the project stage and progress, City may adjust the frequency of project meetings.

16. Regulations. All City construction standards shall be followed. An approval process is required prior to installation. Licensee is responsible for all permits, licenses, certificates and authorizations for all installation activities, and for ensuring compliance with all local, state and federal laws, ordinances, rules and regulations, including those of the FCC, FAA and OSHA. Following are the local codes for San Antonio:

a. 2015 International Building Code b. 2015 International Residential Code for One and Two Family Dwellings c. 2015 International Mechanical Code d. 2015 International Plumbing Code e. 2015 International Existing Building Code f. 2015 International Fuel Gas Code g. 2015 International Fire Code h. 2015 International Energy Conservation Code i. 2014 National Electric Code j. The local amendments to the Codes have also been adopted and can be found at

http://www.sanantonio.gov/DSD/Resources/Codes.aspx

17. As-Built Drawings. Licensee shall submit final as-built drawings to City within one week of completion and acceptance. The as-built documentation shall be in sufficient detail to facilitate efficient and effective operational support of Licensee’s DAS. This documentation shall describe antenna locations, cable runs, grounding practices, configurations and any other relevant information that describes Licensee’s DAS. Physical and electronic copies must be provided to COSA ITSD and Airport. Electronic copies should be in both AutoCAD (.dwg) and Adobe PDF.

18. Verification Testing and Acceptance Plan and Requirements a. Licensee shall provide City with a detailed verification testing and acceptance plan,

including scope, methodologies, procedures and acceptance criteria, which shall be approved by City prior to installation. The plan shall include:

i. all hardware, software, equipment, tools and personnel necessary to perform the verification testing and acceptance; and

ii. performance of verification testing under the observation of City. b. Licensee’s plan shall address acceptance criteria agreed to by City and the wireless

service providers participating in the deployment including the following: i. testing of equipment to verify that all components are functioning as specified; ii. functionality and compliance as specified, and design requirements of wireless

service providers; iii. supervision of field assembly and connection of components, pretesting, testing,

and adjustments by factory-authorized service representatives; iv. alignment, adjustment and balancing of all integrated subsystems as part of the

pretest plan;

c. Any deficiencies observed in pretesting shall be corrected within 10 days. Any malfunctioning or damaged components shall be replaced with new components, and retested until satisfactory performance is achieved.

d. Upon satisfactory completion of pretesting, operational testing shall commence to

ensure conformance to requirements and specifications;

a. Background pretests may be conducted with representatives of City in attendance.

b. Operational testing shall include demonstration of features and functionality, and coverage performance.

i. at the conclusion of operational testing, notification to City at least three days

19

Page 20: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

prior to conditional acceptance testing;

ii. inspection by City to verify that subsystems, units and controls are properly labeled and interconnecting wires and terminals are identified;

iii. resolution and retesting of observed deficiencies during testing or City inspection within 10 days. iv Additional equipment, labor and materials required to correct any deficiencies are the sole responsibility and cost of Licensee.

g. As a condition precedent to acceptance by City, Licensee, at its sole cost, shall have sufficient management and technical personnel onsite at the Facility for two weeks, as determined by City, to ensure Licensee’s DAS is working properly and to address any service and coverage issues before final acceptance of Licensee’s DAS by City.

h. Licensee’s DAS shall pass all verification testing requirements prior to City’s acceptance of Licensee’s DAS.

i. Licensee’s DAS will be tested and accepted by City within two weeks of Licensee’s notification of completion.

D. OPERATION AND MAINTENANCE

1. Requirements. Licensee shall operate and maintain Licensee’s DAS after acceptance by City including, but not limited to:

a. providing all components, equipment, supplies, tools and labor required for operation and maintenance;

b. conducting all repairs and maintenance to maintain proper working condition, in accordance with performance specifications;

c. installing all software updates; d. providing performance and usage reports; and e. installing additional components or consumables as required to ensure proper

operation in accordance with performance specifications.

2. Hours of Operation. Licensee shall operate Licensee’s DAS and any subsystems on a 24 hour basis over the term of the Agreement.

3. Coordination and Approval. Licensee shall coordinate with City and receive approval for all scheduled maintenance and notify City in the event of emergency maintenance.

4. Repair Service and Response Times a. Licensee shall provide and maintain maintenance and repair services on a 24-hour/365

days basis. b. During non-peak times at the Facility, Licensee shall provide an onsite response time of

not more than 4 hours for major outages. c. During peak times at the Facility, Licensee shall provide an onsite emergency

response time of not more than one hour for major outages. d. Licensee shall provide City with an emergency phone number that shall be

answered on a 24-hour/365 days basis to report service outages.

5. Replacement Parts. Licensee shall retain sufficient inventory of replacement parts in the San Antonio area to replace faulty components in a timely manner.

6. RF Interference. Licensee shall resolve inter-system interference within 24 hours at the RF level, the digital signaling levels, or in mechanical or electrical connections. Licensee shall provide a statement of interference resolution for RF interference, electrical/ mechanical interference, digital and optical interference.

7. OSS. Licensee shall present a solution for an OSS that integrates all customer service, technical support, provisioning, network element and network management components as seamlessly as possible.

8. Technical Support. Licensee shall provide technical support on a 24- hour/365 day basis. The

20

Page 21: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

required services shall include all support, except level 1 help desk support functions. Wireless service providers participating on Licensee’s DAS shall provide their own level 1 help desk support. Licensee shall provide remote and onsite troubleshooting, repair, preventative maintenance, and other support functions as needed to maintain required service levels.

9. Maintenance and Repair Hours. Unless otherwise approved in writing by the applicable wireless service providers, Licensee shall schedule all maintenance and repair, which may result in service interruption, between 1:00 a.m. and 3:00 a.m., CT.

10. Monitoring. Licensee shall conduct routine monitoring to ensure continuous service levels consistent with performance specifications, and as demonstrated during the verification testing and acceptance.

11. Notifications. Licensee shall provide support for event notifications and group management of components. City and wireless service providers shall be capable of receiving specific event notifications based on priority of events.

12. Configuration. Licensee shall implement a built-in configuration database with the ability to drill down to components.

13. Reporting. Licensee shall provide support for statistical performance and usage reporting. Reports shall be made available to City upon request.

14. Remote Management. Licensee shall implement systems to allow support for remote management and updates of remote components from a central location.

15. Warranty. Licensee shall repair or replace any equipment that fails to operate per the design specifications, or malfunctions, for the term of the contract.

16. Independent Analysis. Licensee shall use or provide call generators/probes to provide City an independent view of key RF performance indicators to:

a. assess accessibility and retainability of the throughput signal, etc.; b. aid in providing early warning of any RF degradation and, in some cases, help isolate

RAN problems from Licensee’s DAS; and c. troubleshoot in conjunction with head-end Management Information Base (“MIB”)

data. E. MARKETING

1. Licensee shall be awarded the sole right to market to wireless service providers. In addition, Licensee shall have the sole right to market the Facility to wireless service providers for placement of wireless sites to be integrated into Licensee’s DAS.

2. City shall refer all inquiries received from wireless service providers for the placement of wireless sites, or fiber-based microcellular (distributed antenna) systems, to Licensee and will use its best efforts to encourage wireless service providers to utilize Licensee’s DAS.

3. Licensee shall negotiate wireless carrier usage fees and Facility rentals, and enter into agreements with at least two of the major wireless service providers for use of Licensee’s DAS, including AT&T, Sprint, Verizon Wireless, and T-Mobile at a minimum.

F. COST

1. All costs shall be borne solely and completely by Licensee throughout the term of the Agreement, including, but not limited to: design, engineering, planning, implementation, installation, cabling, utility extensions, equipment, components, plan review/permitting and inspection fees, ancillary installation costs (i.e. meter loops, conduit, penetrations, patching), marketing, operation, customer service, technical support, Operation Support System (“OSS”),

21

Page 22: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

accounting, network management system, personnel, maintenance, utilities (except electrical), telephone and data services, management, monitoring, upgrades, subcontractors, compliance and taxes.

2. Licensee shall bear all costs associated with the extension of electric, data or other utility service(s) from existing termination points or installations.

3. Licensee shall bear all costs associated with the construction of head-end.

4. City shall pay customary charges for electricity used in the operation and Licensee shall pay for all other utility service(s) necessary for the operation.

5. Licensee shall arrange to be directly invoiced for costs associated with use of utility services, with the exception of electric service, and shall make timely payment thereafter.

6. Plans for the installation or extension of wire, cables, equipment and the like, associated with utility, electric, telecommunications and RF services, must be approved by the City in writing before commencing any work.

G. CITY REVIEW

1. Licensee shall make payments to City in accordance with the following requirements: a. On the first day of each month during the Agreement term, Licensee shall pay to City a

monthly payment equal to 1/12 of the proposed Minimum Annual Guarantee (“MAG”), if applicable, for the applicable Agreement year.

b. On the twentieth day of each month during the Agreement term, beginning with the second month, pay to City an amount equal to the difference between the Percent Payment on Gross Sales for the preceding month and 1/12 of the MAG, if the proposed Percent Payment on Gross Sales is higher than 1/12 of the MAG.

i. Gross Sales shall mean all revenues accruing to the Licensee, whether by cash, check or credit card or in-kind, as a direct result of Licensee’s operations related to any item or service, including lost revenue resulting from errors or omissions on the part of the Licensee, less: 1) any refunds to wireless service providers; and 2) sales tax collected and properly remitted to taxing authorities.

ii. Gross Sales shall NOT be offset for returned items or credits. c. For months in which the Percent Payment on Gross Sales is less than 1/12 of the MAG,

there will be no offset against prior months’ Percent Payment on Gross Sales. H. MISCELLANEOUS

1. Facility Access. Licensee, its employees, agents, vendors and invitees shall comply with TSA and City rules and regulations governing access to and conduct on the City’s property. Licensee shall bear all expenses for required background checks. Contractor’s staff shall enter the Facility through entrances designated by the City. All access to the Facility by Licensee and its subcontractors shall require prior coordination and approval by City. Licensee and its subcontractors shall sign in and out at the Facility’s security office upon entering and exiting the Facility. In addition, on each of these occasions, Licensee and its subcontractors shall be issued and shall return proper temporary City identification badges. City and TSA maintain security at the Facility on a 24-hour/365 days basis. See Exhibit 8 PROCEDURES FOR OBTAINING AIRPORT PERSONNEL IDENTIFICATION MEDIA/BADGE AND AIRFIELD DRIVER’S LICENSE AT SAN ANTONIO INTERNATIONAL AIRPORT (SAT) for a detailed list of eligibility requirements.

2. Safety. The installation, operation or maintenance of Licensee’s DAS shall not endanger or interfere with the safety of persons or property located at the Facility.

3. Renovations. In the event of Facility improvements which may affect Licensee’s DAS, City may direct Licensee to remove or relocate its wires, conduits, cables and other property located in, on or around the Facility.

22

Page 23: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

4. Identification. For security purposes, Licensee and its subcontractors shall wear photo identification and T SA badges while onsite at the Facility. All badges must clearly indicate the employee and Licensee or subcontractor name. See Exhibit 8 PROCEDURES FOR OBTAINING AIRPORT PERSONNEL IDENTIFICATION MEDIA/BADGE AND AIRFIELD DRIVER’S LICENSE AT SAN ANTONIO INTERNATIONAL AIRPORT (SAT) for a detailed list of eligibility requirements.

5. Deliveries. Deliveries of all supplies, goods and equipment shall be made at locations and times mutually agreed to by the Parties to avoid interference with Facility operations.

6. Vehicles. The use of any mechanical or hand-operated vehicles or apparatus within the Facility by Licensee, its subcontractors or suppliers shall require prior approval by City. See Exhibit 8 PROCEDURES FOR OBTAINING AIRPORT PERSONNEL IDENTIFICATION MEDIA/BADGE AND AIRFIELD DRIVER’S LICENSE AT SAN ANTONIO INTERNATIONAL AIRPORT (SAT) for a detailed list of requirements.

7. Purchase. During the term of the Agreement between the City and Licensee and at the City’s request and option, Licensee will negotiate City’s purchase of Licensee’s interest in the DAS at a residual value which reflects depreciation at standard industry rates.

8. End of Service. If term is not renewed Licensee will remove all equipment and return facility to original condition (paint, patching of holes, etc.) Licensee will also transition services if that is a requirement.

9. Other City Facilities. At City’s request and option, Licensee shall negotiate in good faith for other DAS agreements at other City facilities under the same or similar terms. Licensee shall maintain separate agreements, records and accounts of all revenue, of any kind, related to Licensee’s DAS and, any future City facilities, and remit separate payments for each City facility.

23

Page 24: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP EXHIBIT 2

DBE/ACDBE PROGRAM OVERVIEW AND REQUIREMENTS

THE ACDBE GOAL FOR AVIATION DISTRIBUTED ANTENNA SYSTEM is 0%

DISADVANTAGED BUSINESS ENTERPRISE CLAUSE

A. It is the policy of the City of San Antonio that disadvantaged business enterprises (DBEs), as defined under 49 CFR Part 23, shall have “equality of opportunity” to participate in the awarding of federally-assisted Aviation Department contracts and related subcontracts, to include sub-tier subcontracts. This policy supports the position of the U.S. Department of Transportation (DOT) in creating a level playing field and removing barriers by ensuring nondiscrimination in the award and administration of contracts financed in whole or in part with federal funds under this contract. Therefore, on all DOT-assisted projects the ACDBE program requirements of 49 CFR Part 23 applies to the contract.

B. The Respondent agrees to employ good-faith efforts (as defined in the Aviation Department’s DBE

Program) to carry out this policy through award of subcontracts to disadvantaged business enterprises to the fullest extent consistent with the sufficient performance of the Aviation Department Contract, and/or the utilization of DBE/ACDBE suppliers where feasible. Aviation Department respondents are expected to solicit bids from available DBE/ACDBEs on contracts which offer subcontracting opportunities.

C. Respondent specifically agrees to comply with all applicable provisions of the Aviation Department’s

DBE Program. The DBE Program may be obtained through the airport’s DBE/ACDBE Liaison Officer at (210) 207-3505 or by contacting the City’s Aviation Department.

D. Notification is hereby given that an ACDBE contract specific goal has been established on this

contract. The applicable ACDBE goal is 0% of the total gross revenues of this contract for Distributed Antenna System Concessions. Any ACDBE attainment will count towards the San Antonio Airport System’s Race Neutral ACDBE attainment.

E. The Respondent shall appoint a high-level official to administer and coordinate the Respondent’s efforts

to carry out the DBE/ACDBE Policy and Program requisites. The Respondent’s official should coordinate and ensure approval of the required “Good-Faith Effort Plan” (RFP Attachment E - DBE/ACDBE Form 1).

F. The Respondent shall maintain records, as specified in the audit and records section of the contract,

showing: (i) all subcontract/supplier awards, specifically awards to DBE/ACDBE firms; (ii) specific efforts to identify and award such contracts to DBE/ACDBEs; and (iii) submit when requested, copies of executed contracts to establish actual DBE/ACDBE participation.

G. The Respondent shall agree to submit periodic reports of subcontract and/or supplier awards to DBE/ACDBE firms in such form and manner and at such times as the Aviation Department shall prescribe and shall provide access to books, records, and accounts to authorized officials of the City, Aviation Department, state, and/or federal agencies for the purpose of verifying DBE/ACDBE participation and good-faith efforts to carry out the DBE/ACDBE Policy and Program. All Aviation Department Respondents may be subject to a post-contract DBE/ACDBE audit. Audit determination(s) may be considered and have a bearing in the evaluation of a Respondent’s good-faith efforts on future airport contracts.

H. All concession Respondents with contracts subject to formal review and approval shall make good-faith

efforts (as defined and approved by the City through the Aviation Department in its DBE/ACDBE Program) to subcontract and achieve the applicable contract specific DBE/ACDBE goal with certified DBE/ACDBEs. Respondents failing to achieve the applicable contract specific DBE/ACDBE goal or Respondents failing to maintain the specific DBE/ACDBE goal percentage involvement initially achieved, will be required to provide documentation demonstrating that they have made good-faith efforts in attempting to do so through the submittal of an Aviation Department approved “DBE/ACDBE

24

Page 25: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

Good-Faith Effort Plan”. Respondents are required to satisfy applicable DBE/ACDBE program requirements prior to the award of the Aviation Department contract. Respondents must submit a DBE Good-Faith Effort Plan or they will be considered non-responsive.

I. The City and Aviation Department encourage the Respondent/Contractor to utilize currently approved

and certified DBE/ACDBE firms on the contract for DBE/ACDBE goal achievement and credit purposes. The Aviation Department utilizes the services of the South Central Texas Regional Certification Agency (SCTRCA) to certify DBE/ACDBE eligibility status. Please contact the SCTRCA at 3201 Cherry Ridge, Building C-319, San Antonio , TX 78230, (210) 227-4722 or fax (210) 227-5712 for information regarding DBE/ACDBE trade areas or to apply for DBE/ACDBE status. The Aviation Department accepts DBE/ACDBE certification from any one of the six (6) certifying agencies under the Texas Unified Certification Program (TUCP) – Texas Department of Transportation (TxDOT), North Central Texas Regional Certification Agency (NCTRCA), South Central Texas Regional Certification Agency (SCTRCA), City of Houston, City of Austin and the Corpus Christi Regional Transportation Authority.

J. The following DBE/ACDBE-related contractual clause shall be applicable and is specifically included as

part of the concession contract. Respondents/Contractors shall also include this clause in each subcontract the prime contractor signs with a subcontractor.

“The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 23 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate”.

Additionally, Contractors agree to the following prompt payment and retainage payment clause:

“The Prime Contractor agrees to pay each subcontractor under this Prime Contract for satisfactory performance of its Contract no later than thirty (30) days from the receipt of each payment the Prime Contractor receives from the City of San Antonio. The Prime Contractor further agrees to return retainage payments to each subcontractor within thirty (30) days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the above referenced timeframe may occur only for good cause following written approval from the City of San Antonio. This Clause applies to both DBE/ACDBE and non-DBE/ACDBE subcontractors”.

K. All changes to the list of subcontractors submitted with the bid and approved by the City or Aviation

Department, including major vendors, shall be submitted for review and approval by the Aviation Department’s DBE/ACDBE Liaison Office. DBE Form 3, Change of Subcontractors/Suppliers is to be completed and submitted to Aviation Department officials for approval when adding, changing, or deleting subcontractors on airport projects. Contractors shall make a good-faith effort to replace DBE/ACDBE subcontractors unable to perform on the contract with another DBE/ACDBE.

L. Failure or refusal by a Respondent or Contractor to comply with the DBE/ACDBE provisions herein or

any applicable provisions of the DBE/ACDBE Program, either during the solicitation process or at any time during the term of the Contract, may constitute a material breach of Contract, whereupon the Contract, at the option of the Aviation Department, may be cancelled, terminated, or suspended in whole or in part, and the Contractor may be debarred from further contracts with the City of San Antonio.

COUNTING JOINT VENTURES Joint Ventures do not have to be fifty-one percent (51%) DBE owned in order to be counted toward the participation goal. Joint ventures that do not include any DBE firms will not count toward the goal. A joint venture with ownership of DBE partners in any percentage will be counted for that percentage equal to the distinct, clearly defined portion of the work of the contract that the DBE performs with its own forces, (provided the DBE ownership is real and substantial and the DBEs are performing a commercially useful function).

25

Page 26: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

The required documentation to be submitted to the City, along with the proposal, for Joint Ventures with DBE partners shall include:

c. The Joint Venture Agreement for the specific contract including a detailed statement of ownership. d. Corporate resolutions or other documents authorizing the firms to enter into the Joint Venture. e. A description of the work to be performed by all the Joint Venture Partners. f. Proof of current certification status of the individual DBE venture partners.

RECONSIDERATION MECHANISM The Aviation Department’s DBE/ACDBE Liaison will evaluate the “good faith efforts” of a firm. If after reviewing the good faith efforts submitted by Respondent, the DBE/ACDBE Liaison determines that the Respondent has failed to adequately document its good faith efforts, then the Respondent shall have the opportunity to provide written documentation or argument, to the Aviation Director, concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The Respondent will have the opportunity to meet in person with the Aviation Director to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. The Aviation Director will provide a written decision on reconsideration explaining the basis of his decision. In cases of dispute, the final decision in determining whether Good Faith Efforts have been made rests with the Aviation Director. The Aviation Director may determine that the efforts of the Respondent substantially comply with the purpose of this program and such determination is in the best interest of the DBE/ACDBE Program and the City. However, if the Aviation Director determines that the Respondent did not make good faith efforts to meet the goal, the decision is not administratively appeasable to the Department of Transportation. COMPLIANCE If a Respondent is awarded a contract:

1. The Respondent must not terminate for convenience a DBE/ACDBE subcontractor (or an approved substitute DBE/ACDBE firm) and then perform the work of the terminated subcontract with its own forces or those of an affiliate, without the City’s prior written consent. When a DBE/ACDBE subcontractor is terminated, or fails to complete its work on the contract for any reason, the Respondent must notify the City immediately of the DBE/ACDBE’s inability or unwillingness to perform and provide reasonable documentation.

2. The Respondent will be required to make good faith efforts to find another DBE/ACDBE to perform at

least the same amount of work under the contract as the DBE/ACDBE that was terminated, to the extent needed to meet the contract goal the City has established for this contract. The Respondent will be required to obtain the DBE/ACDBE Liaison’s prior approval of the substitute DBE/ACDBE, through the submittal of Change of Subcontractors/Suppliers (RFP Attachment E - DBE/ACDBE Form 3) and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the Respondent fails or refuses to comply in the time specified, our office may issue a termination for default.

CONTRACT REQUIREMENTS The goals on this contract shall also apply to amendments that require work beyond the scope of services originally required to accomplish the project. The Respondent is asked to make “good faith efforts’ to obtain DBE/ACDBE participation for additional scope(s) of services. Amendments that do not alter the type of service originally required to accomplish the project may be undertaken using the subcontractor and suppliers already under contract to the prime contractor. Any amendment affecting the scope of service or value of the contract should be documented on a form acceptable to the City.

26

Page 27: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

ACDBE Joint Venture Information (to be submitted with joint venture agreement for review)

Please complete the following with regard to the proposed joint venture. For items 4 through 13, please reference the applicable section and page of the joint venture agreement at the end of the response. 1. Name of Joint Venture: 2. Name, address, and phone number of joint venture contact person: 3. Firms participating in joint venture (use additional pages if necessary): Name of firm: Address: Phone number; Contact name/phone number: %ownership: % ACDBE: ___yes ___no Certifying agency: Type of work for w which certification was granted:

Name of firm: Address: Phone number; Contact name/phone number: %ownership: % ACDBE: ___yes ___no Certifying agency: Type of work for w which certification was granted: 4. ACDBE Initial Capital Contributions $ % 5. Future Capital contributions (explain requirements): 6. Source of funds for the ACDBE capital contribution: (If capital contribution is

through a loan or loans from the non-ACDBE partner, promissory note or loan agreement must be submitted.)

7. Describe the portion of work or elements of the business controlled by the ACDBE: 8. Describe the portion of work or elements of the business controlled by the non-ACDBE: 9. Describe the ACDBE’s involvement in the overall management of the joint venture (e.g. participation

on a management committee or managing board, voting rights, etc.) 10. Describe the ACDBE’s share on the profits of the joint venture: 11. Describe the ACDBE’s share in the risks of the joint venture: 12 Describe the roles and responsibilities of each joint venture participant with respect to managing the

joint venture (use additional sheets if necessary): a. ACDBE joint venture participant b. Non-ACDBE joint venture participant

27

Page 28: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

13. Describe the roles and responsibilities of each joint venture participant with respect to operation of

the joint venture (use additional sheets if necessary): a. ACDBE joint venture participant b. Non-ACDBE joint venture participant 14. Which firm will be responsible for accounting functions relative to the joint venture’s business? 15. Explain what authority each party will have to commit or obligate the other to insurance and bonding

companies, financing institutions, suppliers, subcontractors, and/or other parties? 16. Please provide information relating to the approximate number of management, administrative,

support and non-management employees that will be required to operate the business and indicate whether they will be employees of the ACDBE, non-ACDBE or joint venture.

Non-ACDBE Firm ACDBE Firm joint venture Management Administrative Support Hourly Employees 17. Please provide the name of the person who will be responsible for hiring employees for the joint

venture. Who will they be employed by? 18. Are any of the proposed joint venture employees currently employees of any of the joint venture

partners? _____yes ______no If yes, please list the number and positions and indicate which firm currently employs the

individual(s). 19. Attach a copy of the proposed joint venture agreement, Promissory note or loan agreement (if

applicable), and any and all written agreements between the joint venture partners.

28

Page 29: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP EXHIBIT 3

INSURANCE REQUIREMENTS

If selected to provide the services described in this RFP, Respondent shall be required to comply with the insurance requirements set forth below:

INSURANCE A) Prior to the commencement of any work under this Agreement, Respondent shall furnish copies of all required endorsements and completed Certificate(s) of Insurance to the City’s Finance Department, which shall be clearly labeled “Aviation Distributed Antenna System” in the Description of Operations block of the Certificate. The Certificate(s) shall be completed by an agent and signed by a person authorized by that insurer to bind coverage on its behalf. The City will not accept a Memorandum of Insurance or Binder as proof of insurance. The certificate(s) must be signed by the Authorized Representative of the carrier, and list the agent’s signature and phone number. The certificate shall be mailed, with copies of all applicable endorsements, directly from the insurer’s authorized representative to the City. The City shall have no duty to pay or perform under this Agreement until such certificate and endorsements have been received and approved by the City’s Aviation Department. No officer or employee, other than the City’s Risk Manager, shall have authority to waive this requirement. B) The City reserves the right to review the insurance requirements of this Article during the effective period of this Agreement and any extension or renewal hereof and to modify insurance coverages and their limits when deemed necessary and prudent by City’s Risk Manager based upon changes in statutory law, court decisions, or circumstances surrounding this Agreement. In no instance will City allow modification whereby City may incur increased risk. C) A Respondent’s financial integrity is of interest to the City; therefore, subject to Respondent’s right to maintain reasonable deductibles in such amounts as are approved by the City, Respondent shall obtain and maintain in full force and effect for the duration of this Agreement, and any extension hereof, at Respondent’s sole expense, insurance coverage written on an occurrence basis, unless otherwise indicated, by companies authorized to do business in the State of Texas and with an A.M Best’s rating of no less than A- (VII), in the following types and for an amount not less than the amount listed below:

TYPE AMOUNTS 1. Workers' Compensation 2. Employers' Liability

Statutory $1,000,000/$1,000,000/$1,000,000

3. Commercial General Liability Insurance to include coverage for the following: a. Premises/Operations b. Products/Completed Operations c. Personal/Advertising Injury

For Bodily Injury and Property Damage of $1,000,000 per occurrence; $2,000,000 General Aggregate, or its equivalent in Umbrella or Excess Liability Coverage

4. Business Automobile Liability a. Owned/leased vehicles b. Non-owned vehicles c. Hired Vehicles

Combined Single Limit for Bodily Injury and Property Damage of $1,000,000 per occurrence ($5,000,000 if AOA access required).

D) Respondent agrees to require, by written contract, that all subcontractors providing goods or services hereunder obtain the same categories of insurance coverage required of Respondent herein, and provide a certificate of insurance and endorsement that names the Respondent and the CITY as additional insureds. Policy limits of the coverages carried by subcontractors will be determined as a business decision of Respondent. Respondent shall provide the CITY with said certificate and endorsement prior to the commencement of any work by the subcontractor. This provision may be modified by City’s Risk Manager, without subsequent City Council approval, when deemed necessary and prudent, based upon changes in

29

Page 30: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

statutory law, court decisions, or circumstances surrounding this agreement. Such modification may be enacted by letter signed by City’s Risk Manager, which shall become a part of the contract for all purposes. E) As they apply to the limits required by the City, the City shall be entitled, upon request and without expense, to receive copies of the policies, declaration page, and all required endorsements. Respondent shall be required to comply with any such requests and shall submit requested documents to City at the address provided below within 10 days. Respondent shall pay any costs incurred resulting from provision of said documents.

City of San Antonio

Attn: Aviation Department – Properties Division P.O. Box 839966

San Antonio, Texas 78283-3966

F) Respondent agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following provisions: • Name the City, its officers, officials, employees, volunteers, and elected representatives as

additional insureds by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers’ compensation and professional liability policies;

• Provide for an endorsement that the “other insurance” clause shall not apply to the City of San

Antonio where the City is an additional insured shown on the policy;

• Workers’ compensation, employers’ liability, general liability and automobile liability policies will provide a waiver of subrogation in favor of the City.

• Provide advance written notice directly to City of any suspension or non-renewal in coverage,

and not less than ten (10) calendar days advance notice for nonpayment of premium.

G) Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Respondent shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Respondent’s performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this Agreement. H) In addition to any other remedies the City may have upon Respondent’s failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Respondent to stop work hereunder, and/or withhold any payment(s) which become due to Respondent hereunder until Respondent demonstrates compliance with the requirements hereof. I) Nothing herein contained shall be construed as limiting in any way the extent to which Respondent may be held responsible for payments of damages to persons or property resulting from Respondent’s or its subcontractors’ performance of the work covered under this Agreement. J) It is agreed that Respondent’s insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of San Antonio for liability arising out of operations under this Agreement.

K) It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this Agreement and that no claim or action by or on behalf of the City shall be limited to insurance coverage provided.

L) Respondent and any Subcontractors are responsible for all damage to their own equipment and/or property.

30

Page 31: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP EXHIBIT 4

INDEMNIFICATION REQUIREMENTS If selected to provide the services described in this RFP, Respondent shall be required to comply with the indemnification requirements set forth below:

INDEMNIFICATION VENDOR covenants and agrees to FULLY INDEMNIFY, DEFEND and HOLD HARMLESS, the CITY and the elected officials, employees, officers, directors, volunteers and representatives of the CITY, individually and collectively, from and against any and all costs, claims, liens, damages, losses, expenses, fees, fines, penalties, proceedings, actions, demands, causes of action, liability and suits of any kind and nature, including but not limited to, personal or bodily injury, death and property damage, made upon the CITY directly or indirectly arising out of, resulting from or related to VENDOR activities under this Agreement, including any acts or omissions of VENDOR, any agent, officer, director, representative, employee, contractor or subcontractor of VENDOR, and their respective officers, agents employees, directors and representatives while in the exercise of the rights or performance of the duties under this Agreement. The indemnity provided for in this paragraph shall not apply to any liability resulting from the negligence of CITY, its officers or employees, in instances where such negligence causes personal injury, death, or property damage. IN THE EVENT VENDOR AND CITY ARE FOUND JOINTLY LIABLE BY A COURT OF COMPETENT JURISDICTION, LIABILITY SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS FOR THE STATE OF TEXAS, WITHOUT, HOWEVER, WAIVING ANY GOVERNMENTAL IMMUNITY AVAILABLE TO THE CITY UNDER TEXAS LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW.

The provisions of this INDEMNITY are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. VENDOR shall advise the CITY in writing within 24 hours of any claim or demand against the CITY or VENDOR known to VENDOR related to or arising out of VENDOR’ activities under this AGREEMENT and shall see to the investigation and defense of such claim or demand at VENDOR’s cost. The CITY shall have the right, at its option and at its own expense, to participate in such defense without relieving VENDOR of any of its obligations under this paragraph.

31

Page 32: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP EXHIBIT 5

CITY OF SAN ANTONIO

VETERAN-OWNED SMALL BUSINESS PROGRAM

Veteran-Owned Small Business Preference Program (VOSBPP) Ordinance

Pursuant to Ordinance No. 2013-12-05-0864, effective for solicitations issued after January 15, 2014, all solicitations issued by the City are subject to tracking of Veteran Owned Small Business (VOSB) participation. For more information on the program, refer to the Veteran-Owned Small Business Program Tracking Form attached to this solicitation. Respondent must complete and return the attached Veteran-Owned Small Business Program Tracking Form.

32

Page 33: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

EXHIBIT 6

GENERAL BUILDING AND CABLING SPECIFICATIONS

(Posted as separate document)

33

Page 34: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

EXHIBIT 7

FACILITY INFORMATION AND SITE/FLOOR PLANS

1. Desired coverage area

a. The entire interior of Terminals A and B, including all levels – Basement, Ticketing,

Baggage Claim, and Administration– and all gates, waiting and seating areas, food courts, clubs (including USO), pedestrian walkways/corridors (including inside and curbside), restrooms, mezzanine, and all non-public areas including Customs, administrative offices, security offices, maintenance offices, kitchens, storage areas, utility rooms, and loading docks. The public and public safety areas are the primary coverage areas.

b. The entire exterior pedestrian walkways in front of Terminals A & B.

c. The entire Airport Rescue and Fire station (ARFF/Fire Station 23/Building 1920).

d. CONRAC and GA FIS (verify if these are included in the remodel or construction)

e. Future facilities, including, but not limited to, the AICC and Terminal A & B connecting

walkway, will require coverage. Coverage will be executed via a separate scope of work. 2. The Facility currently has an active BDA for the public safety signals that is owned by the City.

3. Aggregate area – approx. 700,000 sq. ft. (inside)

a. Terminal A – approx. 360,000 sq. ft. b. Terminal B – approx. 255,000 sq. ft. c. ARF – approx. 22,100 sq. ft. (17,800 sq. ft. on level 1 and 4,300 sq. ft. level 2) d. Pedestrian Walkway

4. There are over 7,000 badged employees, vendors, contractors, and tenants that can be onsite at any

given time.

5. The airport receives over 8 million passengers per year. NOTE: Respondents requesting facility plans must sign Nondisclosure Agreements (NDA). Respondents requesting this must complete Attachment H.

34

Page 35: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

35

Page 36: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

36

Page 37: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

37

Page 38: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

38

Page 39: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

39

Page 40: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

40

Page 41: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

41

Page 42: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

EXHIBIT 8

PROCEDURES FOR OBTAINING AIRPORT PERSONNEL IDENTIFICATION MEDIA/BADGE AND AIRFIELD DRIVER’S LICENSE

AT SAN ANTONIO INTERNATIONAL AIRPORT (SAT)

As per FAA/TSA guidelines, a person performing work in the Security Identification Display Area (SIDA), Secured Area, Sterile Area or Airport Operations Area must have a valid Airport Identification Media (known as a SAT badge) or be under an airport approved escort by a person having a SAT badge with the white “E” (escort endorsement) on the badge. Furthermore, each badge holder with the white “E” may escort up to five (5) unbadged individuals while keeping same under positive control at all times while in the SIDA, Secured Area, Sterile Area and/or the project site. Note: If the person is disqualified from receiving a SAT badge during the badge application process, or becomes disqualified after receiving a SAT badge, the individual can no longer be present anywhere within the SIDA, Secured Area, Sterile area and/or the project areas. Furthermore, any contractor assigned to the project who has a business related need to be present within the SIDA, Secured Area or Sterile Area for more than 14 days (consecutive or intermittently) must be processed for a SAT badge. If driving is involved, the person must have a valid SAT badge and the appropriate airfield driver’s license to operate a vehicle in the SIDA and/or the project site. If a vehicle escort is required, each SAT badge holder with the white “E” on his badge (and the appropriate airfield driver’s license) may escort up to two (2) vehicles if there is only one unbadged person in each vehicle being escorted. All vehicles operating in the SIDA or the project area must have the appropriate airport approved company signage on the vehicle. The signage must meet the following requirements: Company name must be in at least six inch (6”) tall lettering and/or the company logo must be at least twelve inches (12”) tall. The signage must be placed on both vertical sides of any self-propelled, motorized vehicle at all times while within the SIDA or the project site. If signage is not available, an Airport issued “Top Hat” may be used for vehicles under an airport approved vehicle escort or while parked in the SIDA. A Top Hat may be obtained at SIDA vehicle gate #20 at the end of each work day. The procedures to obtain an Airport Identification Media (badge) and/or an airport driver’s license are as follows: A) Airport Badge and ID Office

1) The Airport Security Badge and ID Office is located at 9623 West Terminal Drive, Bldg. #1322.

2) Hours of Operation are as follows:

Monday – Thursday 8:00 am – 4:00 pm Friday 8:00 am – 3:00 pm Office is closed for lunch daily from 11:30 am – 12:30 pm

3) Once an Aviation Department division has notified the Airport Security of an approved City contract which

will require the badging of personnel, the Contactor’s designated representative for badging must call Kenneth Barrett at (210) 207-3840 to arrange to become an Authorizing Signatory. The Authorized Signatory will be responsible for all Airport Identification Media (badges) to be issued to the Contractor’s employees working on the contract. Mr. Barrett will send the appropriate link to the person in order to complete an application for badge processing. Once the application has been approved an appointment will be set to come to the Badge and ID Office for processing and training. Once the person has completed the required training they will then be authorized to approve applications for other Contractor employees under their responsibility. Note: If an employee of the Contractor has been convicted of any of the offenses listed in Exhibit 1 hereto, that employee will be immediately disqualified from obtaining an Airport Identification Media (badge) and will be ineligible to perform work at SAT.

4) All Airport Identification Media (badge) applications are processed electronically via an online application

process. Once the Contractor’s Authorizing Signatory has been trained successfully on their responsibilities and completed all phases of the badging process, the website address for Contractor’s employees to use to complete the application will be provided. Furthermore, the Authorizing Signatory will

Page 43: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

be provided instructions on how to setup, use and approve badge applications via the online badging

system.

5) As of October 1, 2010 badge processing fees are: Fingerprint-based Criminal History Records Check (CHRC)/STA $65.00 SAT Identification Media/badge (new, renewal, replacement) $35.00 Lost Identification Media/badge $25.00 Not Returned Identification Media/badge $75.00 Reactivation of Identification Media/badge (Security Violation)

1st Offense $25.00 2nd Offense $50.00 3rd Offense $75.00 Progressive Security Fee Program Sliding Scale

AOA Parking Decal (General Aviation leaseholds only) $5.00

6) Payment for processing is as follows:

o Each applicant can pay individually at their first appointment with cash, check or personal credit card.

o If the applicants wish to pay with a company credit card, the company representative whom the

credit card is issued to must accompany the applicant and submit payment at their first appointment.

o With prior coordination with the Fiscal Operations Division the Authorized Signatory can complete and sign an “Authorization to Bill” form and send it with the applicant on the day they are to process. The City of San Antonio will then bill the company for the applicants processed.

There is no refund for badge processing fees.

7) When the applicant comes in to process to the Badge and ID Office they must present identification in compliance with the “List of Acceptable Documents” see Exhibit II.

8) As part of the badging process, all Contractor employees are required to complete a computer-based SIDA training class. All documents necessary to complete the application process (including obtaining the applicants fingerprints to conduct a Criminal History Records Check (CHRC) and Security Threat Assessment (STA) must be completed before the Contractor’s employees may attend the computer-based SIDA training class. The SIDA class takes approximately 1-1 ½ hours to complete and the applicant must make a 100% on the final test to successfully complete this stage of the badging process. The SAT badge will only be issued after the applicant successfully completes the SIDA class; Airport Security completes the CHRC and receives an approved STA. It may take anywhere from five (5) business days to four (4) weeks before the applicant may be issued a Airport Identification Media (badge).

9) At the end of the contract, the Contractor’s Authorizing Signatory is required to return all issued Airport

Identification Media (badge) to the Airport Security Badge and ID Office directly and inform the Aviation Department division that managed the contract that all badges have been returned before final payment for the work can be processed. Each SAT badge that is not returned to the Airport Security Badge and ID Office is subject to a $75.00 non-returned badge fee.

10) Any lost or stolen Airport Identification Media (badge) must be reported to Airport Security immediately by

contacting (210) 207-3526 or 207-3433 so the badge can be deactivated. The Contractor’s employee must contact the Contractor’s Authorizing Signatory to make arrangements to complete the necessary paperwork to receive a replacement SAT badge. The Contractor shall be responsible for any fees/fines resulting from the lost, stolen, or otherwise unaccounted for SAT badge.

B) Airfield Driver License:

1) The Airport Operations Office is located at 457 Sandau Rd., San Antonio, TX 78216. 2) It is the sole responsibility of the tenants, airlines or contractors to select the correct training course

needed for their employees. There are two types of airfield training courses: non-movement areas and

44

Page 44: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

movements areas. Non-movement areas are aprons and parking areas in the Airport Operation Area

(AOA). No ATCT clearance is required. Movement w/Restrictions: Taxiways as well as other areas using for taxiing aircraft and aircraft parking areas. ATCT clearance is required.

3) To obtain an Airfield Driver’s License an employee must attend an Airport sponsored drivers training class

and pass a written test at the end of each class with a 90% or better. The airfield driver license can only be issued to a person passing the test.

4) The non-movement classes are held on every Monday and Tuesday at 9:00 a.m. and Thursday at 1:00

p.m. The movement classes are held every Tuesday at 1:00 p.m. and Thursday at 9:00 a.m. All classes must be scheduled in advance. To schedule a class call Airport Operations at 207-3475.

5) A valid State driver’s license and a SAT Security Identification Display Area (SIDA) badge and a copy of

certificate of insurance document of the individual’s employer with the proper coverage must be presented at the time of the class. The copy of all three items stated must be submitted to the AOO for record on file.

6) You must have radio contact with FAA Air Traffic Controller to receive clearance to cross taxiways at all

times.

7) Airfield Driver’s Training Program Fees: Course Amount: Non-Movement Area $ 20.00 Movement Area $ 25.00 Replacement License $ 10.00 Expired License Penalty $ 20.00 We will continue sending renewal notices approximately one month in advance to assure that drivers have enough time to schedule to attend the class prior to expiration.

8) For the construction contracts, there is no separate line item on the bid proposal for the costs involved and the costs shall be considered incidental to mobilization expenses.

9) The licensed driver can only travel on the areas authorized and use the gate approved by the Airport

Security Office. A driver who loses his or her Airfield Driver License is responsible for reporting the loss immediately to Airport Operations Office. The employee will be responsible to pay the replacement fee for his/her airfield license.

10) The company shall have coverage for the vehicles used inside Air Operations Area for the project

involved at all times. An Automobile Liability Policy with no less than a Combined, Single Limit for Bodily Injury and Property Damage of $5,000,000 per occurrence, or its equivalent in Umbrella or Excess Liability Coverage.

In addition, the City of San Antonio must be listed as an "additional insured" in the endorsement section.

The Insurance can be under the Company name if a company vehicle will be used and the vehicle must be listed in the insurance policy either specifically by VIN number or generally by covering all autos owned, leased or operated while conducting business on behalf of the company. If this is a private vehicle covered only by personal insurance, the insurance must be under the drivers name and VIN number must be listed. It is the company’s responsibility to notify the Aviation Department for any insurance changes.

11) At the end of the project, the authorized Project Manager shall return all airfield driver licenses to the

Airport Operations Office and notify Planning and Development and at the end of the return process so that the final payment to the consultants or contractors for the work involved can be processed.

12) Vehicles routinely operating within the Movement area shall have an operating yellow flashing light

mounted on the uppermost part of the Vehicle.

45

Page 45: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

EXHIBIT I TO EXHIBIT 8

LIST OF DISQUALIFYING CRIMES

Title 49, Code of § 1542.209 Fingerprint-based criminal history records checks (CHRC). (1) Forgery of certificates, false marking of aircraft, and other aircraft registration violation; 49 U.S.C.

46306. (2) Interference with air navigation; 49 U.S.C. 46308. (3) Improper transportation of a hazardous material; 49 U.S.C. 46312. (4) Aircraft piracy; 49 U.S.C. 46502. (5) Interference with flight crew members or flight attendants; 49 U.S.C. 46504. (6) Commission of certain crimes aboard aircraft in flight; 49 U.S.C. 46506. (7) Carrying a weapon or explosive aboard aircraft; 49 U.S.C. 46505. (8) Conveying false information and threats; 49 U.S.C. 46507. (9) Aircraft piracy outside the special aircraft jurisdiction of the United States; 49 U.S.C. 46502(b). (10) Lighting violations involving transporting controlled substances; 49 U.S.C. 46315. (11) Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary to

established security requirements; 49 U.S.C. 46314. (12) Destruction of an aircraft or aircraft facility; 18 U.S.C. 32. (13) Murder. (14) Assault with intent to murder. (15) Espionage. (16) Sedition. (17) Kidnapping or hostage taking. (18) Treason. (19) Rape or aggravated sexual abuse. (20) Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon. (21) Extortion. (22) Armed or felony unarmed robbery. (23) Distribution of, or intent to distribute, a controlled substance. (24) Felony arson. (25) Felony involving a threat. (26) Felony involving—

(i) Willful destruction of property; (ii) Importation or manufacture of a controlled substance; (iii) Burglary; (iv) Theft; (v) Dishonesty, fraud, or misrepresentation; (vi) Possession or distribution of stolen property; (vii) Aggravated assault; (viii) Bribery; or (ix) Illegal possession of a controlled substance punishable by a maximum term of imprisonment of

more than 1 year. (27) Violence at international airports; 18 U.S.C. 37. (28) Conspiracy or attempt to commit any of the criminal acts listed in this paragraph (d).

46

Page 46: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

EXHIBIT II TO EXHIBIT 8

List of Acceptable Documents For Employment Verification

All documents must be valid, expired documents will NOT be accepted All applicants requiring fingerprints must also provide at least one (1) form of photo identification.

List A OR List B AND List C

Documents that Establish Both

Identity and Employment Eligibility

1. U.S. Passport or Passport Card 2. Permanent Resident Card or

Alien Registration Receipt Card (Form I-551)

3. Foreign passport that contains

a temporary I-551 stamp or temporary I-551 printed notation on a machine-readable immigrant visa

4. Employment Authorization

Document that contains a photograph (Form I-766)

5. Form I-94 or Form I-94A

bearing the same name as the passport and containing an endorsement of the alien’s nonimmigrant status, as long as the period of endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the form

6. Passport from the Federated

States of Micronesia (FSM) or the Republic of the Marshall Islands (RMI) with Form I-94 or Form I-94A indicating nonimmigrant admission under the Compact of Free Association Between the United States and the FSM or RMI

Documents that Establish Identity

1. Driver’s license or ID card issued by a

State or outlying possession of the United States

2. ID card issued by Federal, State, or

local government agency or entities, provided it contains a photograph or information such as name, date of birth, gender, height, eye color, and address

3. School ID card with a photograph 4. Voter’s registration card 5. U.S. Military card or draft record 6. Military dependent’s ID card 7. U.S. Coast Guard Merchant Mariner

Card 8. Native American tribal document

9. Driver’s license issued by a Canadian

government authority

For persons under the age of 18 who are unable to present a document listed

above:

10. School record or report card

11. Clinic, doctor, or hospital record

12. Day-care or nursery school record

Documents that Establish

Employment Eligibility

1. Social Security Card other than one that specifies on the face that the issuance of the card does not authorize employment in the United States.

2. Certification of Birth Abroad Issued by the Department of

State (Form FS-545) 3. Certification of Report of Birth

issued by the Department of State (Form DS-1350)

4. Original or certified copy of birth

certificate issued by a State, county, municipal authority, or territory of the United States bearing an official seal

5. Native American tribal document

6. U.S. Citizen ID Card (Form l-

197) 7. Identification Card for Use of

Resident Citizen in the United States (Form l-179)

8. Employment authorization

document issued by the Department of Homeland Security

Applicants who are U.S. Citizens Born Abroad or Naturalized U.S. Citizens using documents from List B and List C to establish Identity and Employment Eligibility must additionally present one of the following:

U.S Passport Number or Passport Card Number

Certificate of Naturalization (Form N-550 or N-570)

Certificate of US Citizenship (Form N-560 or N-561)

Certification of Report of Birth (Form DS-1350)

Consular Report of Birth Abroad (Form FS-240)

Certification of Birth Abroad (Form FS-545)

47

Page 47: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

EXHIBIT 9

MANDATORY FEDERAL CONTRACT PROVISIONS

As used in this exhibit, the terms “Consultant”, “consultant”, “Contractor”, and “contractor” shall refer to “Respondent” and/or “Selected Respondent”.

TITLE VI NOTICE

The City of San Antonio in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)

All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.

OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970

All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration.

48

Page 48: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

EXHIBIT 10

PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISREAL Texas Government Code §2270.002 provides that a governmental entity may not enter into a contract with a company for goods or services, unless the contract contains a written verification from the company that it:

(1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract.

"Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. "Company" means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. By submitting an offer to or executing contract documents with the City of San Antonio, Company hereby verifies that it does not boycott Israel, and will not boycott Israel during the term of the contract. City’s hereby relies on Company’s verification. If found to be false, City may terminate the contract for material breach.

49

Page 49: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

016 - RFP ATTACHMENTS

RFP ATTACHMENT A, PART ONE

GENERAL INFORMATION

1. Respondent Information: Provide the following information regarding the Respondent.

(NOTE: Co-Respondents are two or more entities proposing as a team or joint venture with each signing the contract, if awarded. Sub-contractors are not Co-Respondents and should not be identified here. If this proposal includes Co-Respondents, provide the required information in this Item #1 for each Co-Respondent by copying and inserting an additional block(s) before Item #2.) Respondent Name: _________________________________________________________ (NOTE: Give exact legal name as it will appear on the contract, if awarded.) Principal Address: __________________________________________________________ City: ___________________________State: __________________Zip Code: __________ Telephone No._____________________________ Fax No:_________________________ Website address:_____________________________ Year established: _____________________________ Provide the number of years in business under present name: _________________________ Social Security Number or Federal Employer Identification Number: ____________________ Texas Comptroller’s Taxpayer Number, if applicable: ________________________________ (NOTE: This 11-digit number is sometimes referred to as the Comptroller’s TIN or TID.) DUNS NUMBER: ____________________________________________________________ Business Structure: Check the box that indicates the business structure of the Respondent.

___Individual or Sole Proprietorship If checked, list Assumed Name, if any: ________________________ ___ Partnership ___Corporation If checked, check one: ___For-Profit ___ Nonprofit Also, check one: ___Domestic ___Foreign ___Other If checked, list business structure: _______________________

Printed Name of Contract Signatory: _____________________________ Job Title: _____________________________

(NOTE: This RFP solicits proposals to provide services under a contract which has been identified as “High Profile”. Therefore, Respondent must provide the name of person that will sign the contract for the Respondent, if awarded.)

Provide any other names under which Respondent has operated within the last 10 years and length of time under for each: ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________

Provide address of office from which this project would be managed: City: ___________________________State: __________________Zip Code: ____________ Telephone No._____________________________ Fax No: __________________________ Annual Revenue: $__________________ Total Number of Employees: __________________ Total Number of Current Clients/Customers: __________________

50

Page 50: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

Briefly describe other lines of business that the company is directly or indirectly affiliated with:

________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ List Related Companies: ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________

2. Contact Information: List the one person who the City may contact concerning your proposal or setting dates for meetings. Name: _______________________________ Title: _______________________________ Address: __________________________________________________________________ City: ____________________________State: __________________Zip Code: __________ Telephone No._____________________________ Fax No: __________________________ Email: _____________________________________________________________________

3. Does Respondent anticipate any mergers, transfer of organization ownership, management reorganization, or departure of key personnel within the next twelve (12) months? Yes ___ No ___

4. Is Respondent authorized and/or licensed to do business in Texas?

Yes ___ No ___ If “Yes”, list authorizations/licenses. ________________________________________________________________________ ________________________________________________________________________

5. Where is the Respondent’s corporate headquarters located? ________________________ 6. Local/County Operation: Does the Respondent have an office located in San Antonio, Texas?

Yes ___ No ___ If “Yes”, respond to a and b below: a. How long has the Respondent conducted business from its San Antonio office?

Years _______ Months_______

b. State the number of full-time employees at the San Antonio office.

If “No”, indicate if Respondent has an office located within Bexar County, Texas:

Yes ___ No ___ If “Yes”, respond to c and d below:

c. How long has the Respondent conducted business from its Bexar County office?

Years _______ Months_______

d. State the number of full-time employees at the Bexar County office. _____________

7. Debarment/Suspension Information: Has the Respondent or any of its principals been debarred or

suspended from contracting with any public entity?

Yes ___ No ___ If “Yes”, identify the public entity and the name and current phone number of a representative of the public entity familiar with the debarment or suspension, and state the reason for or

51

Page 51: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

circumstances surrounding the debarment or suspension, including but not limited to the period of time for

such debarment or suspension. ________________________________________________________________________ ________________________________________________________________________

8. Surety Information: Has the Respondent ever had a bond or surety canceled or forfeited?

Yes ___ No ___ If “Yes”, state the name of the bonding company, date, amount of bond and reason for such cancellation or forfeiture. ________________________________________________________________________ ________________________________________________________________________

9. Bankruptcy Information: Has the Respondent ever been declared bankrupt or filed for protection from

creditors under state or federal proceedings? Yes ___ No ___ If “Yes”, state the date, court, jurisdiction, cause number, amount of liabilities and amount of assets. _______________________________________________________________________ ________________________________________________________________________

10. Disciplinary Action: Has the Respondent ever received any disciplinary action, or any pending disciplinary

action, from any regulatory bodies or professional organizations? If “Yes”, state the name of the regulatory body or professional organization, date and reason for disciplinary or impending disciplinary action. ________________________________________________________________________ ________________________________________________________________________

11. Previous Contracts:

a. Has the Respondent ever failed to complete any contract awarded? Yes ___ No ___ If “Yes”, state the name of the organization contracted with, services contracted, date, contract amount and reason for failing to complete the contract. _______________________________________________________________________ _______________________________________________________________________

b. Has any officer or partner proposed for this assignment ever been an officer or partner of some other organization that failed to complete a contract? Yes ___ No ___ If “Yes”, state the name of the individual, organization contracted with, services contracted, date, contract amount and reason for failing to complete the contract. _______________________________________________________________________ _______________________________________________________________________

c. Has any officer or partner proposed for this assignment ever failed to complete a contract handled in his

or her own name?

Yes ___ No ___ If “Yes”, state the name of the individual, organization contracted with, services contracted, date, contract amount and reason for failing to complete the contract. _______________________________________________________________________ _______________________________________________________________________

52

Page 52: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

REFERENCES

Provide three (3) references, that Respondent has provided services to within the past three (3) years. The contact person named should be familiar with the day-to-day management of the contract and be willing to respond to questions regarding the type, level, and quality of service provided. Reference No. 1:

Firm/Company Name ________________________________________________________ Contact Name: ________________________________ Title: ________________________ Address: __________________________________________________________________ City: ______________________________State: _______________Zip Code: ___________ Telephone No._____________________________ Fax No: __________________________ Email: ____________________________________________________________________ Date and Type of Service(s) Provided: __________________________________________

__________________________________________________________________________

Reference No. 2:

Firm/Company Name ________________________________________________________ Contact Name: ________________________________ Title: ________________________ Address: __________________________________________________________________ City: ______________________________State: _______________Zip Code: ___________ Telephone No._____________________________ Fax No: __________________________ Email: ____________________________________________________________________ Date and Type of Service(s) Provided: _________________________________________

_________________________________________________________________________

Reference No. 3:

Firm/Company Name ________________________________________________________ Contact Name: ________________________________ Title: ________________________ Address: __________________________________________________________________ City: ______________________________State: _______________Zip Code: ___________ Telephone No._____________________________ Fax No: __________________________ Email: ____________________________________________________________________ Date and Type of Service(s) Provided: __________________________________________

__________________________________________________________________________

53

Page 53: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT A, PART TWO

EXPERIENCE, BACKGROUND, QUALIFICATIONS

Prepare and submit narrative responses to address the following items. Restate the question when providing the response. If Respondent is proposing as a team or joint venture, provide the same information for each member of the team or joint venture. 1. Provide a brief description of your company and products and services offered including:

a. Primary business b. Length of time in primary business c. If DAS are not primary business, explain the circumstances and when Respondent started

providing DAS and capacity to provide DAS

2. List the total number of DAS designed, installed and operated by Respondent.

3. Describe five DAS projects of similar size and scope Respondent has completed over the last three years. These projects should include designing, installing and operating DAS inside and outside large public facilities, preferably airports, stadiums, and convention centers. For each project include:

a. facility type b. type of installation (active or passive) c. coverage area (sq. ft.) d. peak number of users e. coverage types f. design length (days) g. installation length (days) h. verification testing and acceptance (days) i. wireless service providers subscribed j. three-year voice erlangs k. three-year data erlangs l. number of sector carriers m. number of zones/sectors n. percentage of coverage within each facility o. revenue sharing model

4. Describe Respondent’s specific experience with public entities clients, especially large municipalities. If

Respondent has provided services for the City in the past, identify the name of the project and the City department Respondent provided those services.

5. Describe your typical best practices DAS implementation approach and methodology in similar facilities. Include:

a. Average design period (days) b. Average installation period (days) c. Average verification testing and acceptance period (days) d. A copy of a typical implementation schedule by major project task/milestone including:

i. design; ii. procurement; iii. typical lead-time required to begin installation after the notice to proceed; iv. installation; and v. verification testing and acceptance.

6. Does Respondent offer solutions for outdoor areas or “hybrid”-type environments, such as plazas and

parking garages? Describe Respondent’s experience with deploying DAS outdoors, especially outside of these types of facilities, including parking areas and pedestrian plazas and walkways.

7. Describe any of Respondent’s solutions that can be scaled to support multiple facilities.

8. What have been the greatest challenges you have encountered in the design and construction of DAS over the last 2 years? How did you meet those challenges?

9. Describe Respondent’s experience in incorporating public safety systems, location based services, and emergency 911 location services in its DAS.

54

Page 54: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

10. Is Respondent the manufacturer of your DAS? If not, who is the manufacturer(s)?

11. Is Respondent a wireless carrier? Do you provide a neutral host DAS? If not, how do you incorporate the City’s requirement to accommodate at least all the major wireless service providers? Provide a general statement regarding your experience in marketing DAS. Describe your relationship to the wireless service providers. Does Respondent involve the wireless service providers in the design of its DAS? Have you lost any wireless service providers through early termination or non-renewal for any of your DAS and why?

12. Provide a general statement regarding your philosophy and experience in designing, maintaining and upgrading DAS to ensure scalability and adaptability for the future.

13. Describe the regulatory environment with regard to DAS, especially in these types of facilities. Include a discussion on any relevant security, interference, privacy and tax issues and regulations. Do you typically have any security aspects to the DAS which relate to privacy?

14. Describe the future strategic direction of your DAS that is currently planned. a. Discuss the future of the wireless industry in terms of the types of technologies, spectrums,

carrier capacity, user demand, and facility requirements, and the impact on your DAS. b. Describe your typical technology upgrade plan/strategy as wireless service providers migrate from

3rd generation (3g) to 4th generation (4g) and beyond.

15. Have any of your agreements with any facilities been terminated early, or not renewed, and why?

16. Though Wi-Fi is specifically excluded from the Scope of Services of this RFP, describe Respondent’s experience with providing Wi-Fi services as part of its DAS.

17. If Respondent is proposing as a team or joint venture, or has included subcontractors, describe the rationale for selecting the team and the extent to which the team, joint venturers and/or sub-contractors have worked together in the past.

18. Describe in detail the relationships with, roles, qualifications and experience of all subcontractors, if any, who will be used for any portion of the work on this project. Include the following:

a. names, titles and contact information (physical and mailing addresses, telephone numbers, fax numbers, and email addresses)

b. owner resumes c. resumes of key employees who would work on this project d. major clients e. areas of expertise and specific work on this project

19. For each staff member that will work on the project, list the following information. Include resumes of

key personnel. a. Name b. Title c. role on City’s project and percentage of time d. role on other projects during pendency of City project e. relevant experience on projects of similar size and scope f. professional qualifications (such as licenses, certifications, association memberships, etc.) that they

hold or have been awarded g. educational attainment

20. List other resources, including total number of employees, number and location of offices, and number and

types of equipment available to support this project.

21. Provide a statement regarding the Respondent’s availability to commence work and any concurrent commitments that might impede progress on this project.

22. Additional Information. Identify any additional skills, experiences, qualifications, and/or other relevant information about the Respondent’s qualifications.

55

Page 55: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT A, PART THREE

PROPOSED PLAN

Prepare and submit responses to address the following items. Restate the question when providing the response.

Prepare and submit the following items. 1. Proposed DAS. Describe Respondent’s proposed system for inside and outside the Facility, in accordance

with industry standards and RFP Exhibit 1 Scope of Work.

a. Design and Architecture i. Describe the system type (i.e. active, passive or hybrid). ii. Describe the proposed architecture, and general design principles, goals and objectives. iii. Discuss the advantages and disadvantages versus other possible approaches. iv. Describe the incorporation of wireless service providers input, if any. v. Provide an initial RF survey of the required coverage area, identifying equipment and antenna

locations, and cable routing. vi. Describe all components, systems, interfaces and preliminary antenna locations. List the

potential RF interfaces supported (base station, BDA/repeater, CPRI/OBSAI base station interface, etc.).

vii. Provide physical and logical diagrams that illustrate all aspects.

b. Equipment i. Describe the types, brands and models, and manufacturer specifications of all equipment,

antennas, components and cabling. ii. Provide manufacturer cut sheets and photographs.

c. Specifications

i. Describe the operation, and interface with and distribution of signals of systems and applications, including wireless service providers, specified in this RFP, and any additional systems and applications.

ii. Describe spectrums, sectoring and capacity, including information regarding the capacity to support wireless calls with and without other applications operating based on what typical wireless service providers require in facilities with comparable traffic volumes. (1) Describe support for 3G/4G services (EV-DO, EV-DV, UMTS, HSPA/HSPA+, WiMAX, LTE).

iii. Describe performance parameters and guaranteed performance metrics, including coverages and reliabilities. (1) Provide margin calculations supporting coverage level assertions. (2) Provide the MTBF for the system and processes used to guarantee reliability levels by specific

elements, in addition to a system-wide depiction. (3) Specify if the required 99.99% percent reliability level cannot be supported in connection with

any non-wireless application-specific provider and why. (4) Provide the RF power per RF carrier, band and protocol. (5) Explain how RF output power is measured and where in the system the measurement is taken

(i.e. at antenna point, at remote, etc.). (6) Describe whether performance metrics are measured at the output of the remote unit and

whether they factor in any cable loss. (7) Provide the system noise figure and how it is defined. (8) Describe cable distances and loss and how it affects the system, or attach a chart with cable

specifications and maximum distances. (9) Provide the waveform accuracy specification for all supported protocols and provide

performance test documentation. iv. Describe scalability and adaptability and accommodation for future applications beyond those

included this RFP. (1) Describe the system architecture flexibility of your proposed system. (2) Describe whether each service (cellular, public safety) is extended independently or whether all

services are extended together. (3) Describe support for MIMO. (4) Describe support for 64QAM data and provide test results.

56

Page 56: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

v. Compare and contrast specifications with systems likely to be proposed from other Respondents.

vi. Identify and explain why any technical requirements in this RFP cannot be achieved, and provide proposed alternatives, if any.

d. Public Safety System

i. Describe the separate system to support and distribute City’s 800 MHz public safety system signals. Public safety system can be housed in the same DAS as long as an interference study is conducted. Antennas may be multiband.

ii. Describe the assurance that City’s 800 MHz public safety signals will have a Service Level Availability Index of at least 99.99%. For specific design criteria you may refer to SAFD Code 510 for design to pass DAW 3 testing. This will also provide coverage requirements.

iii. Describe interference mitigation, specifically with regard to City’s 800 MHz public safety signals.

e. Location Based Services (LBS) i. Describe the LBS and how wireless service providers interface with the location information. ii. Describe which existing LBS will be supported and how, and identify any foreseeable issues

and any LBS that will not be supported. iii. Describe interference mitigation with existing commercial LBS solutions such as TruePosition.

f. e911 and 911 Location Services i. Describe the e911 and 911 location services.

g. Applications and Features i. Identify which applications in this RFP, other than those required for wireless service, will not be

supported, and when and how those applications will be supported in the future, if applicable. ii. Describe which additional applications, features, and other voice and data- related products and

services, not included in this RFP, are provided or supported.

h. Security i. Describe the security capabilities and options. Include any security specifications in this RFP

and any additional security features provided.

i. Power i. Describe the power requirements and voltage, and backup power specifications. ii. Describe the support for various power options (i.e. AC, DC.) iii. Describe the UPS and how it’s alarmed, including the various options (duration of support, amount

of equipment).

j. Manageability i. Describe the support of SNMP, whether it’s supported by external box or integrated, and the

connectivity options (i.e. LAN, wireless modem, POTS line). ii. Describe NOC/NMS capability for centralized monitoring/maintenance and how many systems

can be simultaneously monitored and managed. iii. Describe capability to manage multiple frequency bands independently, including whether a

frequency band can be turned off on a system-wide basis and/or at a specific passive antenna point.

iv. Describe whether attenuation can be applied via software to a single antenna point. v. Describe the support of capacity and coverage changes post installation and how they’re

managed. vi. Describe how Respondent’s proposed DAS addresses the five ISO network management

functions below: (1) Performance Management. Measures and makes available various aspects of network

performance in order for inter-network performance to be maintained at an acceptable level. Examples of performance variables include: network throughput, user response times, and component utilization.

(2) Configuration Management. Monitors network and system configuration information in order to track and manage the effect of configuration changes (intentional or unintentional).

(3) Accounting Management. Measures network-utilization parameters in order to regulate individual or group uses appropriately on the network. Such regulation should minimize network problems and maximize the fairness of network access across all domains and users.

(4) Fault Management. Detect, log, and notify support organizations and users (where

57

Page 57: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

appropriate) of network problems. This should include proactive determination of symptoms,

isolation of problems, and rapid resolution. (5) Security Management. Control access to network and system resources according to defined

policies in order for the network not to be sabotaged (intentionally or unintentionally) and those without appropriate authorization accessing sensitive information.

vii. Cost. Provide the total cost to Respondent for the turnkey system, including the percentage of total cost for cable and installation.

viii. Challenges and Solutions (1) Describe any perceived challenges and proposed solutions.

2. Verification Testing and Acceptance Plan. Describe Respondent’s proposed verification testing and

acceptance plan, in accordance with industry standards and RFP Exhibit 1 Scope of Work. a. Provide a test plan for verifying the installation. Respondents are encouraged to use a grid test method

with grid sizes of 25’x25’.

b. Provide a test plan for verifying the interface to additional wireless service providers and applications after installation and acceptance.

c. Provide a margin analysis to demonstrate capability of passing the verification testing.

3. Installation Plan. Describe Respondent’s proposed installation plan, in accordance with industry standards and RFP Exhibit 1 Scope of Work.

a. Describe the major tasks and subtasks, resources, and anticipated challenges and proposed

solutions. This plan should be tailored to the unique characteristics and requirements of this RFP and Facility.

b. Describe any major physical alterations or modifications, temporary and permanent, that must be made to the Facility.

c. Provide resumes and contact information for the project manager and key personnel who will be at the Facility on a regular basis. i. Contact information should include phone numbers, email addresses, and addresses. ii. Describe whether the project manager will be an employee of the Respondent or subcontractor.

d. Describe typical staffing levels, if any, during the installation lifecycle.

e. Describe the head-end facility requirements including: i. Square footage ii. Power requirements iii. Space requirements for equipment installed outside of the head-end facility iv. Power requirements for equipment installed outside of the head-end facility v. Environmental requirements vi. Equipment and manufacturers vii. Proposed cable, wire and fiber-optic specifications viii. Other utility (electricity) and HVAC requirements ix. Access requirements for repair and maintenance

f. Describe whether the existing cable infrastructure in and outside the Facility can be used.

g. Provide a project schedule that identifies all phases, tasks and subtasks for the design, installation, and verification testing and acceptance. i. Provide a guarantee to have the system installed inside the Facility, tested and conditionally

accepted, operational, and with wireless carrier agreements with all the major wireless service providers, by September 8, 2012.

h. Describe any office, storage, or ancillary space requirements.

4. Subcontractor Management Plan. Describe Respondent’s proposed subcontractor management plan, in accordance with industry standards and RFP Exhibit 1 Scope of Work. a. Identify all sub-contractors to be used in this project and their roles and responsibilities

58

Page 58: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

5. Interference Mitigation Plan. Describe Respondent’s proposed interference mitigation plan to mitigate

interference caused by Respondent’s proposed DAS and any other electronic systems or devices that may exist now or in the future at the Facility, in accordance with industry standards and RFP Exhibit 1 Scope of Work.

6. Marketing Plan. Describe Respondent’s proposed marketing plan to wireless service providers, in accordance with industry standards and RFP Exhibit 1 Scope of Work.

a. Provide copies of agreements, or bona fide letters of intent, with the major wireless service providers,

including AT&T, Sprint, Verizon Wireless, and T-Mobile, to participate on the system.

b. Provide a sample copy of a DAS agreement for the wireless service providers.

c. Provide the proposed rate structure for wireless service providers.

d. Describe how Respondent’s and the industry’s assets and services are typically valued. i. Describe whether those charges are based on lease, usage, installation cost, or combination. ii. Provide the current market rates and return for Respondent and the industry. iii. Describe what revenue streams Respondent and the industry typically share with the facility

(Note, Respondent’s proposed revenue share with City should be provided in RFP Attachment B Compensation Schedule).

iv. Describe whether Respondent’s and the industry’s financial terms, including revenue sharing, vary by facility, location or any other reason.

7. O&M Plan. Describe Respondent’s proposed operations and maintenance plan, in accordance with industry

standards and RFP Exhibit 1 Scope of Work.

a. Describe all tasks and subtasks, and schedules. Describe the life expectancy of all major equipment and components and the conditions which result in early failure.

b. Describe the network operational support organization, processes and systems, including how the wireless service providers’ help desks will triage and escalate problems to Respondent.

c. Describe the plan to design and document the demarcation between the Application- specific Interface layer and the Application-specific Provider Base Station to quickly detect and notify on which side of this demarcation the problem lies to ensure rapid fault isolation and minimize mean-time-to-repair.

d. Describe the routine and periodic maintenance after installation.

e. Describe the warranties for all equipment, components and cabling, including manufacturer, warranty type and coverage, and duration.

f. Describe the plan for emergency maintenance and the guaranteed response times for major outages/interruptions/degradation of service during both event and non-event times at the Facility. i. Describe whether Respondent does or would maintain a service office in San Antonio capable of

providing 24 hour service. If no, describe where Respondent maintains or would maintain the nearest such facility, and how the requirement will be met to have an emergency response time of 30 minutes or less during events at the Facility.

g. Describe the procedure to troubleshoot the following:

i. disconnected antenna ii. failed remote iii. cable break or cut (detail both fiber and coax) iv. cable installed is 125% longer than design specification

h. Provide the annual operating and maintenance costs.

8. Capital Investment Plan. Describe Respondent’s proposed capital investment plan initially and over the term of the contract, which coincides with the proposed capital investment amounts in RFP Attachment B Compensation Schedule.

a. Describe which capital investment will be made by third parties (i.e. partner, subcontractor, consultant

59

Page 59: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

or other party under contract with the Respondent), if any.

b. This capital investment is to: replace equipment as it fails; replace equipment after its useful life; and

ensure Respondent’s proposed DAS remains scalable and adaptable with capacity and technology changes.

c. This section should be narrative only (no investment amounts) describing the capital investment. Narrative can include specifications, quantities, schedules, etc.

9. Accounting and Reporting Plan. Describe Respondent’s proposed accounting and reporting plan, in

accordance with industry standards and RFP Exhibit 1 Scope of Work.

a. Describe the financial accounting mechanisms with regard to sales. i. Provide a proposed monthly reporting format for reporting gross sales and City revenue.

b. Describe the performance reporting capabilities. i. Provide a proposed monthly reporting format for reporting performance and usage. ii. Operational data should include usage, connections, protocols and durations across all

applications using the DAS. iii. Describe the use of any independent analysis mechanisms, including call generators/probes. iv. Describe any data sharing formats and standards supported (i.e. WSDL, Oracle Views, XML or a

combination).

10. Additional Information - Provide any additional plans and/or relevant information about Respondent’s approach to providing the required services.

60

Page 60: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT B

COMPENSATION SCHEDULE

Respondents must complete the tables on the following pages using the information contained in the RFP and Respondent’s own independent assessment of sales volume. For and in consideration of the selected Respondent(s) rights under any resulting contract(s), Respondent must project annual Gross Sales of DAS services (as defined in the Scope of Services) and must agree to pay the City a Percent Payment based on those Gross Sales. In addition, a Minimum Annual Guarantee (MAG) may also be proposed by Respondents in addition to or instead of a Percent Payment, but is not required; however, the City regards MAGs as a way for the City to ensure a baseline level of revenue annually. Important Information A. The tables on the following pages assume a Percent Payment of total Gross Sales monthly.

Respondents may propose specific sales categories and correlating Percent Payments if they believe sales categories will increase the competitiveness of their proposal. Respondents must carefully specify the nature of each additional sales categories and overall revenue to the City. The City retains the unilateral right to accept or reject any sales categories submitted by Respondents.

B. The City will utilize Respondents’ projected Gross Sales to calculate the City’s proposed revenue and the

corresponding Compensation Schedule scores for each Respondent. Gross Sales. Enter the projected amount of Gross Sales (as defined in the RFP Exhibit 1 Scope of Work) for each year of the contract and the total for all years. Percent Payment. Enter the proposed Percent Payment of Gross Sales for each year of the contract (paid on a monthly basis to the City). Minimum Annual Guarantee (MAG). Enter the proposed MAG amount, if any, to be paid to the City for each year of the contract and the total for all years. The MAG for Lease Years 2 through 20 shall be equal to 85% of the prior year’s rental requirement for the prior Lease Year. In no event shall MAG be less than 100% of the MAG proposed for Lease Year 1. Capital Investment. Enter the proposed minimum amount of Capital Investment for each year of the contract for investments in equipment and improvements to maintain and upgrade the DAS throughout the contract. Respondents must specify the minimum amount of Capital Investment they will make annually in the DAS. At a minimum, Respondents must make a Capital Investment in Years 1, 6, 11 and 16. The City shall retain all capital improvements made onsite upon termination of the contract. Instructions for Completing the Tables: A. Gross Sales must be provided in whole dollars. B. Percentages must be provided in whole percents. C. MAGs and Capital Investment must be provided in whole thousands of dollars. D. Respondent must complete the tables for each year.

61

Page 61: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

BASE TERM

YEAR 1 Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 2

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 3

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 4

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 5

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

62

Page 62: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

YEAR 6

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 7

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 8

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 9

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 10

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

63

Page 63: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

FIRST RENEWAL TERM

YEAR 11 Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 12

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 13

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 14

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 15

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

64

Page 64: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

SECOND RENEWAL TERM

YEAR 16 Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 17

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 18

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 19

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

YEAR 20

Sales by Category (Type in Category

Name) Gross Sales Percent

Payment MAG Capital Investment

$ %

$ %

$ % Totals $ $ $

65

Page 65: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT C

CONTRACTS DISCLOSURE FORM

Contracts Disclosure Form may be downloaded at http://www.sanantonio.gov/Ethics/ForCompliance/Vendors-And-Conflict-of-Interest-Reports Instructions for completing the Contracts Disclosure form are listed below: 1. Download form and complete all fields. Note: All fields must be completed prior to submitting the form. 2. Click on the “Print” button and place the copy in proposal response as indicated in the Proposal Checklist.

66

Page 66: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT D

LITIGATION DISCLOSURE FORM

Respond to each of the questions below by checking the appropriate box. Failure to fully and truthfully disclose the information required by this Litigation Disclosure form may result in the disqualification of your proposal from consideration or termination of the contract, once awarded. Have you or any member of your Firm or Team to be assigned to this engagement ever been indicted or convicted of a felony or misdemeanor greater than a Class C in the last five (5) years? Yes ___ No ___ Have you or any member of your Firm or Team to be assigned to this engagement been terminated (for cause or otherwise) from any work being performed for the City of San Antonio or any other Federal, State or Local Government, or Private Entity? Yes ___ No ___ Have you or any member of your Firm or Team to be assigned to this engagement been involved in any claim or litigation with the City of San Antonio or any other Federal, State or Local Government, or Private Entity during the last ten (10) years? Yes ___ No ___ If you have answered “Yes” to any of the above questions, please indicate the name(s) of the person(s), the nature, and the status and/or outcome of the information, indictment, conviction, termination, claim or litigation, as applicable. Any such information should be provided on a separate page, attached to this form and submitted with your proposal.

67

Page 67: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT E

DBE/ACDBE FORMS

LIST OF SUBCONTRACTORS/SUPPLIERS For Federally Assisted Projects

ADBE Form 1b NOTE: The Bidder/Proposer is encouraged to solicit available ACDBE’s contractors to participate in potential subcontracting opportunities under the proposed contract. The Bidder/Proposer, , as part of the procedure for the submission of bid/proposals on a project known as , submits the following list of subcontractors/suppliers for proposed subcontracting areas (use additional sheets if necessary) to be used in the performance of work to be done on said project.

NAME OF PARTICIPATING

SUBCONTRACTOR/SUPPLIER DBE CERTIFICATION

NUMBER PERCENT AND DOLLAR

AMOUNT OF SUBCONTRACT

Only companies certified as a ACDBE by the Texas Unified Certification Program or City of San Antonio’s certifying organization South Central Regional Certification Agency (SCTRCA) can be applied toward San Antonio International Airport Fiscal Year DBE goal. If a business is not certified, call the Aviation Department’s Small Business Program Office at (210) 207-3505 for information and details on how subcontractors/suppliers may obtain certification or contact the SCTRCA (210) 227-4722, www.sctra.org. It is understood and agreed that, if awarded a contract by the City of San Antonio, the Contractor will not make additions, deletions, or substitutions to this certified list without consent of the Disadvantage Business Enterprise Liaison Officer (DBELO) (through the submittal of the Change or Addition of Subcontractors/Suppliers on Federally Funded Contracts).

AFFIRMATION I HEREBY AFFIRM THAT THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE AND BELIEF. I FURTHER UNDERSTAND AND AGREE THAT, IF AWARDED THE CONTRACT, THIS DOCUMENT SHALL BE ATTACHED THERETO AND BECOME A BINDING PART OF THE CONTRACT. NAME AND TITLE OF AUTHORIZED OFFICIAL:____________________________________ SIGNATURE: DATE: ______________________ List of Subcontractors for Federally Assisted Projects Rev. 06/16/08

68

Page 68: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

SAN ANTONIO INTERNATIONAL AIRPORT (SAIA) LETTER OF INTENT

FOR FEDERALLY FUNDED CONTRACTS The requirements of 49 CFR Part 26 (Section 26.53), of the U.S. Department of Transportation, requires that all bidders/proposers comply with good faith efforts requirements as a matter of responsiveness. Each solicitation for which a contract goal has been established will require the bidders/proposers to submit the following information from each Subcontractor/Supplier for this contract (as listed on Item 1 of DBE Good Faith Effort Plan for Federally Funded Contracts [DBE Form 1]):

NAME OF PROJECT: __________________________________________________________ Name of proposer’s firm: Address: City: ________________________________________ State: ____________________ Zip: ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ Name of Subcontractor/Supplier: Address: City: ________________________________________ State: ____________________ Zip: Telephone: __________________________ Contact Person: Is the above firm Certified: Yes ______ No _____ If certified, Certification No: Type of Certification: _____ DBE _____ MBE _____ WBE ______ AABE ______ SBE If firm is certified, please attach a copy of the Certification Affidavit with this form. Age of Firm (Number of Years in Business: ______ Years Annual Gross Receipts of the Firm: ____ Less than $500, 0000 ____ $500,000 to $1 million

____ $1 million to $2 million ____ $2 million to $5 million ____ Over $5 million NAICS Code and/or Description of work to be performed by firm: The proposer is committed to utilizing the above-named firm for the work described above. The estimated contract percentage value % ________________________________. Affirmation The above named firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: _______________________________________________ _________________________________ Signature of Firm’s Representative Date Title: _____________________________________________

69

Page 69: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

NAME OF PROJECT: _____________________________________________________ DECLARATION OF PRIME CONTRACTOR I hereby declare and affirm that I am the _______________________________________________________________________ (Title of Declarant) and a duly authorized representative of _________________________________________________________________________ (Name of Prime Contractor) to make this declaration and that I have personally reviewed the material and facts set forth in this Intent to Perform form. To the best of my knowledge, information and belief, the facts ad representations contained in this form are true, the owner or authorized agent of the firm signed this form in the place indicated, and no material facts have been omitted. The undersigned intends to enter into a formal agreement with the listed firm for work as indicated by this form and will, if requested, provide the Airport’s DBE Liaison with a copy of that agreement within three (3) business days of execution. ___________________________________________________________ (Name of Declarant) ______________________________________ ___________________________ (Signature) (Date)

SUBMIT THIS PAGE FOR EACH SUBCONTRACTOR/SUPPLIER FOR THIS CONTRACT, AS LISTED ON ITEM 1 OF DBE GOOD FAITH EFFORT PLAN FOR FEDERALLY FUNDED CONTRACTS [DBE FORM 1] AND/OR CHANGE OR ADDITION OF SUBCONTRACTORS/SUPPLIERS ON FEDERALLY FUNDED CONTRACTS (DBE FORM 3)

70

Page 70: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT F

CITY OF SAN ANTONIO

VETERAN-OWNED SMALL BUSINESS PROGRAM TRACKING FORM(S)

(Posted as a separate document)

71

Page 71: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT G

CERTIFICATE OF INTERESTED PARTIES (Form 1295)

The Texas Government Code §2252.908, and the rules issued by the Texas Ethics Commission found in Title 1, Sections 46.1, 46.3 and 46.5 of the Texas Administrative Code, require a business entity to submit a completed Form 1295 to the City before the City may enter into a contract with that business entity. Form 1295 must be completed online. In Box 3 of the form, provide the solicitation number shown on the cover page of this solicitation (e.g. IFB 6100001234, RFO 6100001234 or RFCSP 6100001234). The form is available from the Texas Ethics Commission by accessing the following web address:

https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm

Print your completed Form 1295 showing the Certification Number and Date Filed in the Certification of Filing box at the upper right corner. Sign Form 1295 in front of a notary and submit it with your response to this solicitation. The following definitions found in the statute and Texas Ethics Commission rules may be helpful in completing Form 1295.

“Business entity” includes an entity through which business is conducted with a governmental entity or state agency, regardless of whether the entity is a for-profit or nonprofit entity. The term does not include a governmental entity or state agency. “Controlling interest” means: (1) an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock, or otherwise that exceeds 10 percent; (2) membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or (3) service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers. “Interested party” means: (1) a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts; or (2) a person who actively participates in facilitating a contract or negotiating the terms of a contract with a governmental entity or state agency, including a broker, intermediary, adviser, or attorney for the business entity. “Intermediary”, for purposes of this rule, means a person who actively participates in the facilitation of the contract or negotiating the contract, including a broker, adviser, attorney, or representative of or agent for the business entity who:

(1) receives compensation from the business entity for the person’s participation;

(2) communicates directly with the governmental entity or state agency on behalf of the business entity regarding the contract; and

(3) is not an employee of the business entity.

72

Page 72: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT H

DEPARTMENT OF HOMELAND SECURITY

NON-DISCLOSURE AGREEMENT

(Posted as a separate document)

73

Page 73: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT I

SIGNATURE PAGE

Respondent, and co-respondent, if any, must complete City’s Certified Vendor Registration (CVR) Form prior to the due date for submission of proposals. The CVR Form may be accessed at: http://www.sanantonio.gov/purchasing/. By submitting a proposal, Respondent represents that:

If Respondent is a corporation, Respondent will be required to provide a certified copy of the resolution evidencing authority to enter into the contract, if other than an officer will be signing the contract. If awarded a contract in response to this RFP, Respondent will be able and willing to comply with the insurance and indemnification requirements set out in RFP Exhibits 3 & 4. If awarded a contract in response to this RFP, Respondent will be able and willing to comply with all representations made by Respondent in Respondent’s proposal and during Proposal process. Respondent has fully and truthfully submitted a Litigation Disclosure form with the understanding that failure to disclose the required information may result in disqualification of proposal from consideration. Respondent agrees to fully and truthfully submit the Respondent Questionnaire form and understands that failure to fully disclose requested information may result in disqualification of proposal from consideration or termination of contract, once awarded. To comply with the City's Ethics Code, particularly Section 2-61 that prohibits a person or entity seeking a City contract - or any other person acting on behalf of such a person or entity - from contacting City officials or their staff prior to the time such contract is posted as a City Council agenda item. (S)he is authorized to submit this proposal on behalf of the entity.

Acknowledgement of Prohibition regarding Campaign and Officeholder Contributions I acknowledge that this contract has been designated a “high-profile” contract. I have read and understand the provisions regarding high profile contracts that appear on the cover page of this RFP. If submitting your proposal by paper, complete the following and sign on the signature line below. Failure to sign and submit this Signature Page will result in rejection of your proposal. ________________________________________________ Respondent Entity Name Signature: _______________________________________ Printed Name: ____________________________________ Title: ____________________________________________ (NOTE: If proposal is submitted by Co-Respondents, an authorized signature from a representative of each Co-Respondent is required. Add additional signature blocks as required.) ________________________________________________ Co-Respondent Entity Name Signature: _______________________________________ Printed Name: ____________________________________ Title: ____________________________________________

74

Page 74: Friday, September 15, 2017 - San Antonio€¦ · San Antonio International Airport provides commercial airline service for the South Texas region. More than 8 million passengers fly

RFP ATTACHMENT J

PROPOSAL CHECKLIST

Use this checklist to ensure that all required documents have been included in the proposal and appear in the correct order. Document

Initial to Indicate Document is Attached to Proposal

Table of Contents Executive Summary General Information and References RFP Attachment A, Part One

Experience, Background & Qualifications RFP Attachment A, Part Two

Proposed Plan RFP Attachment A, Part Three

Compensation Schedule RFP Attachment B

+Contracts Disclosure Form RFP Attachment C

Litigation Disclosure Form RFP Attachment D

+ Airport Concessions Disadvantaged Business Enterprise RFP Attachment E

+ Veteran-Owned Small Business Program Tracking Form RFP Attachment F

++Certificate of Interested Parties (Form 1295) RFP Attachment G

Proof of Insurability (See RFP Exhibit 3) Insurance Provider’s Letter Copy of Current Certificate of Insurance

Financial Information Proposal Bond +Signature Page RFP Attachment H

Proposal Checklist RFP Attachment I

+Addendum, if any One COMPLETE (1) Original, 6 hard copies WITH ONLY TABS and documents for Executive Summary; General Information Form; Experience, Background, and Qualifications; Proposed Plan, etc. (NO ACDBE or COMPENSATION TO BE INCLUDED in the 8 copies) and one (1) CD or USB flash drive of entire proposal in PDF format if submitting in hard copy.

+ Documents marked with a “+” on this checklist require a signature.

++ Certificate of Interested Parties (Form 1295) requires notarization.

Be sure all forms that require a signature and/or to be notarized are done so prior to submittal of proposal.

75