Sie sind auf Seite 1von 69

REQUEST FOR PROPOSALS (RFP)

FOR
MANAGEMENT AND OPERATION OF THE WI-FI, CELLULAR AND CABLE SERVICES
CONTROL NO. 130025
(13-082)
Issue Date: February 11, 2013
Pre-Proposal Conference:

February 20, 2013 at 10:00 AM Eastern Standard Time (EST)


Wayne County Airport Authority
Detroit Metropolitan Wayne County Airport
L.C. Smith Building The Meeting Place
Detroit, Michigan 48242

Pre-Proposal Facility Walk-through: February 20, 2013


Immediately follows Pre-Proposal Conference (NOT Mandatory)
Walk-through (Tour) Participants MUST R.S.V.P. to
PURCHASING.QUESTIONS@WCAA.US
by Noon EST, February 19, 2013
Tour duration may be up to two (2) hours
Early reservations are strongly encouraged as tour arrangements are time sensitive. Required
information as follows: attendees name, company name, phone number and email address.
Pre-Proposal Question Deadline:

February 25, 2013 at 2:00 PM Eastern Standard Time


E-mail: PURCHASING.QUESTIONS@WCAA.US
(Reference Control No. 130025 in subject line of all e-mails)

Proposal Deadline: March 13, 2013 at 2:00 PM Eastern Time


(Late Proposals will not be accepted.)
Submittal Location: Wayne County Airport Authority Procurement Department
Detroit Metropolitan Wayne County Airport
L.C. Smith Building - Lobby Level (Northeast corner)
For Mailing Submission: Detroit, Michigan 48242
For On-Site Submission: Romulus, Michigan 48174
Procurement Contact:

Veronica A. Caston-Frost, CPPO, C.P.M


Senior Solicitation Manager
Phone: 734 247.7900, Fax: 734 955.5648

DESCRIPTION: Proposals are being solicited from all interested and qualified Proposers desiring to
operate, manage and maintain three service areas of the Wi-Fi, Cellular, and Cable Service (WCCS).
These three services include; Wi-Fi Network and Services, Cellular DAS and Services; and Cabling
Services. The contract will be for a term of up to eleven (11) years.
This solicitation may be downloaded by visiting the Michigan Intergovernmental Trade Network (MITN)
website at www.mitn.info. A link to this website is available on the Wayne County Airport Authority
website www.metroairport.com (select Business Opportunities on the left side of the page). (Special
Note): Any Addenda issued by the Airport Authority may be viewed or downloaded from MITN.
Copies of this solicitation document and any issued addenda may also be obtained from the
procurement division. Please call (734) 247-7900 at least one (1) hour in advance to ensure the
documents will be available.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 2 OF 69

This solicitation may be downloaded by visiting the Michigan Intergovernmental Trade Network (MITN)
website at www.mitn.info. A link to this website is available on the Wayne County Airport Authority
website www.metroairport.com (select Business Opportunities on the left side of the page). (Special
Note): Any Addenda issued by the Airport Authority may be viewed or downloaded from MITN.
The Airport Authority is pleased to announce our online Vendor Self Service (VSS). To do business
with the Airport Authority and receive notification of future bidding opportunities, click or access the
following
web
link
to
register:
HTTPS://WCAA.MUNISSELFSERVICE.COM/VENDORS/DEFAULT.ASPX. Once registered, you may
view and access solicitations online. Vendors must respond in accordance with the instructions on the
solicitation document.
Copies of this solicitation document and any issued addenda may also be obtained from the
procurement division. Please call (734) 247-7900 at least one (1) hour in advance to ensure the
documents will be available.
PARKING ADVISORY -- ALLOW SUFFICIENT TIME FOR PARKING - Parking is available in the Blue
Deck Parking Structure. From the Blue Deck, pedestrians may access the L.C. Smith Building by using
the Pedestrian Bridge on the 3rd level at the south end of the Blue Deck.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 3 OF 69

TABLE OF CONTENTS
`

SECTION 1 GLOSSARY OF TERMS.......................................................................................4


SECTION 2 GENERAL INSTRUCTIONS.................................................................................8
SECTION 3 SPECIAL REQUIREMENTS AND INSTRUCTIONS...........................................11
SECTION 4 PROJECT OVERVIEW AND SCOPE OF WORK/SPECIFICATIONS................13
SECTION 5 EVALUATION PROCESS AND SUBMITTAL REQUIREMENTS........................32
SECTION 6 KEY CONTRACT TERMS AND CONDITIONS..................................................38
SECTION 7 REQUIRED FORMS AND DOCUMENTATION..................................................41
PROPOSAL FORM..........................................................................................................42
VERIFICATION OF MINIMUM QUALIFICATIONS FORM..............................................44
PRICE FORM
...........................................................................................................48
BUSINESS INFORMATION QUESTIONNAIRE.............................................................52
FINANCIAL STATEMENT WAIVER REQUEST FORM..................................................54
SECTION 8 FORM OF AGREEMENT....................................................................................55
SECTION 9 SOLICITATION ATTACHMENTS.........................................................................56
ATTACHMENT A: PAID AND COMPLIMENTARY WI-FI USAGE STATISTICS..............57
ATTACHMENT B: WLAN MCNAMARA TERMINAL.....................................................58
ATTACHMENT C: WLAN NORTH TERMINAL.............................................................59
ATTACHMENT D: 800 MHZ TRUNK RADIO NETWORK INFRASTRUCTURE............60
ATTACHMENT E: Wi-Fi INFRASTRUCTURE EQUIPMENT LIST.................................61
ATTACHMENT F: SATV COVERAGE OVERVIEW........................................................62
ATTACHMENT G: ATTACHMENT ADVERTISING STANDARDS AND GUIDELINES...63
ATTACHMENT H: ACDBE PROGRAM OVERVIEW, ACDBE AND NON-ACDBE
INFORMATION FORM, PROPOSED ACDBE CREDIT FORM AND
ACDBE COMMITMENT PAGE..........................................................64
ATTACHMENT I: SERVICE LEVEL AGREEMENTS.......................................................65

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 4 OF 69

SECTION 1 GLOSSARY OF TERMS


To the extent included in this solicitation document the following are defined as:
1) Airports: Detroit Metropolitan Wayne County Airport and Willow Run Airport.
2) Airport Authority: shall mean the Wayne County Airport Authority (WCAA), a body created to
manage and operate the Airport and the facilities and the properties located therein.
3) Airport Terminals: shall mean the North, McNamara and Smith (WCAA Administration Offices)
Terminals at the Detroit Metropolitan Airport (DTW).
4) Board: the governing body of the Airport Authority.
5) Business:
an individual, firm, vendor, association, corporation, limited liability company,
partnership, joint venture, sole proprietorship, or other legal entity.
6) Cable and Cabling: unless the type is specified, cable and cabling means wiring media that is
composed of fiber, copper or coaxial.
7) Cable Plant: a collection of Special Service Rooms (SSR) that house installed tubes to
accommodate air-blown fiber cabling. The fiber cabling provides connectivity between the terminals
as well as tributary cable drops between the SSRs and service locations.
8) Carrier Access Agreements: shall mean all agreements with participating Carriers pursuant to
which Participating Carriers and the successful proposer agree on the terms and conditions under
which such Participating Carriers will have access to the WCCS.
9) Carrier Equipment: means the Carriers equipment used to provide telecommunications services
through the TITB.
10) CWAS: the Commercial Wireless Access System operated at the Airport in accordance with the
current CWAS Agreement, whereby providers of Wireless Services will gain wireless access to
portions of the Airport, which network access systems is fully described and detailed in Section 4 of
this document. The CWAS may be either an Underlay system that includes an internal building
backbone that provides internal wireless telecommunications coverage, an Overlay system that
provides wireless telecommunications coverage through the use of external facilities, or a
combination of both systems.
11) Contractor: the successful awarded Proposer of a solicitation, who is legally bound by a contract.
12) Database: an integrated collection of logically related records or files consolidated into a common
pool that provides Data for one or more uses.
13) Detroit Metro Airport or DTW: Detroit Metropolitan Wayne County Airport or Metro Airport
14) Distributed Antenna System (DAS): a network of antenna connected to a common source via a
transport medium that provides wireless service within the Airport structures.
15) Equipment: means any device provided by the successful proposer.
16) Form of Agreement or FOA: the contract document for the solicitation.
17) Freedom of Information Act (FOIA): regulates and sets requirements for the disclosure of public
records and defines when, how, and what information may be obtained from the Airport Authority by
an interested party.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 5 OF 69

18) Holiday: the legal holidays observed by the Airport Authority. (New Years Day, Martin Luther King
Jr. Birthday, Friday before Easter, Memorial Day, Independence Day, Labor Day, Columbus Day,
Thanksgiving Day, Day after Thanksgiving, Christmas Eve, Christmas Day, New Years Eve)
19) IMAC: is an acronym for installs, moves, adds and changes for network cabling and wiring.
20) Intermediate Distribution Frames (IDFs): remote terminations points that serve as a distribution
point for cabling from the main distribution frame (MDF) to cabling connected to equipment within
the network.
21) Internet Service Provider (ISP): provider of Internet service connectivity to the subscribed and
possible future subscribing Tenants at the Airport.
22) Joint Venture: A partnership or other legal cooperative agreement between two or more persons
or entities.
23) Long-term Evolution (LTE): a standard for wireless communication of high-speed data used for
mobile phones and data terminals.
24) Main Distribution Frames (MDFs): main termination point where equipment is connected by
cables and distributed to the IDFs within the network.
25) McNamara Terminal: the southernmost terminal of the airline terminals located at DTW.
26) Minimum Concession Fee (MCF): the minimum annual fee the successful proposer is required to
pay the Airport Authority during the term of the agreement.
27) Network: Airport Authority data communications hardware devices, cables, and software that are
used to connect a group of devices working together in a system for the purpose of sharing
resources.
28) Neutral Host: acts an agent who manages a portfolio of DAS venues.
29) Non-Responsible Proposal: means a Proposer who has been deemed unqualified in any respect
to fully perform the required Construction or Services or to provide the required Goods, or who has
been deemed not to possess the integrity, experience or reliability necessary for good faith
performance, or who is in Default on any other contract with the Airport Authority or is in violation of
the Airport Authoritys Ethics Ordinance.
30) Non-Responsive Proposal: means a Proposal in reply to an RFP issued by the Airport Authority
that does not conform to all material requirements of the RFP.
31) North Terminal: the northernmost terminal of the airline terminals located at DTW.
32) Notice of Award: written notification from the Airport Authority to the successful Proposer that they
have been awarded the contract.
33) Notice to Proceed: written authorization from the Airport Authority to the successful Proposer to
proceed with the work defined in the contract.
34) Participating Carriers: the providers of Wireless Services who have entered into or at any time
hereafter enter into an agreement with the current Contractor or the Successful Proposer allowing
such provider access to the WCCS.
35) Partnership: an agreement under which two or more persons agree to carry on a business,
sharing in the profit or losses, but each liable for losses to the extent of his or her personal assets.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 6 OF 69

36) Payment Card Industry Data Security Standard (PCI-DSS): means a worldwide set of security
standards assembled by the Payment Card Industry Security Standards Council. The PCI-DSS
standards are technical and operational requirements created to help organizations that process
card payments mitigate credit card fraud, hacking and various other security vulnerabilities and
threats.
37) Payment Card Industry Security Standards Council (PCI-SSC): means an independent council,
originally formed by American Express, Discover Financial Services, JCB, MasterCard Worldwide
and Visa International on September. 7, 2006, with the goal of managing the ongoing evolution of
the Payment Card Industry Data Security Standard, https://www.pcisecuritystandards.org/.
38) Point of Interface (POI): the point where provided cabling is terminated within a tenants location.
39) Point of Sale Network: an optical fiber system at the Airport which is utilized to transmit business
transactions from concessionaires location to various third parties, the Airport Authority and those
needing this retail information.
40) Procurement Ordinance: the common name of the Wayne County Airport Authority Procurement
and Contracting Ordinance, which governs procurement and contracting at the Airport Authority.
41) Proposal Guarantee: means security provided by a Proposer to the Airport Authority with a
Proposal to guarantee that the Proposer will enter into a contract with the Airport Authority within the
time specified in the RFP, based upon the substantive terms and conditions contained in the form of
contract included I the RFP.
42) Responsible Proposer: means a Proposer who is qualified in all respects to fully perform the
required Construction or Services or to provide the required Goods, and who possesses the
integrity, experience and reliability necessary for good faith performance and who is not in Default
on any other contract with the Airport Authority and is not in violation of the Airport Authoritys Ethics
Ordinance.
43) Responsive Proposal: means a Proposal timely submitted by a Responsible Proposer in reply to,
and in conformity with all material requirements of a RFP issued by the Airport Authority.
44) SATV Network or Satellite TV Network: a system at the airport which may be utilized by satellite
television companies to transmit TV signals to the concessionaires, airlines, and for the use of the
traveling public.
45) Services: means the services as identified in the overview of Section 4.
46) Service Level Agreement or SLA: the service levels which represent the standard of performance
the successful proposer must meet or exceed to avoid penalties.
47) Services Authorization Form or SAF: a form that is used to describe optional services to be
provided by the Successful Proposer, and the not to exceed fee for such services, that must be
approved in writing by the Vice President of Technology Services.
48) Subcontractor: a Business holding a subcontract with a Contractor.
49) System: means all of the hardware, software and components that collectively exist throughout the
Airport premises to provide a technology solution.
50) Technology Services or TS: the Airport Authoritys Technology Services department

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 7 OF 69

51) Trunk Radio Network: an antenna system at the Airport Terminals, McNamara Terminal parking
deck, international arrivals roadway, and the Westin Hotel that provides coverage for the Airport
Authoritys Fire and Safety 800 MHz two-way radios so that their personnel may communicate.
52) Uninterruptible Power Supply (UPS): a UPS device typically employs a battery to provide power
to the Equipment for a limited period of time following a power interruption.
53) WCCS: is an acronym for: Wi-Fi, Cellular and Cable Services, the name of this RFP.
54) Wi-Fi Network: the public and private wireless Internet service at the Airport.
55) Willow Run or YIP: Willow Run Airport

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 8 OF 69

SECTION 2 GENERAL INSTRUCTIONS


1) PRE-PROPOSAL INFORMATION AND QUESTIONS: Proposers are advised to review this
document in its entirety and to rely only upon the contents of this RFP and accompanying
documents and any written clarifications or addenda issued by the Airport Authority. THE
AIRPORT AUTHORITY IS NOT RESPONSIBLE FOR ANY ORAL INSTRUCTIONS. If a
Proposer finds a discrepancy, error, or omission in the RFP document, the Proposer is requested
to promptly notify the Procurement Contact noted on the Cover Page of this RFP, so that written
clarification may be sent to all prospective Proposers. All questions must be submitted in writing
by the pre-proposal question deadline. No contact with other Airport Authority employees, officers
or Board members regarding this document is permitted.
2) RFP MODIFICATIONS/ADDENDA: Clarifications or modifications may be made to this
solicitation at the discretion of the Airport Authority. Any and all Addenda issued by the Airport
Authority will be posted as noted on the Cover Page of this document. It is the responsibility of
the Proposer to obtain from MITN any issued Addenda and to acknowledge the Addenda on the
Proposal Form. If any changes are made to this solicitation document by any party other than the
Airport Authority, the original document in the Airport Authoritys files takes precedence.
3) PRE-PROPOSAL MEETING/SITE TOUR: a Pre-proposal Meeting and Site Tour concerning this
solicitation will be held. The date, time and location are indicated on the Cover Page of this RFP.
Airport Authority staff will be available at this meeting to answer questions about this solicitation.
Attendance at the meeting and tour is strongly encouraged. A tour of the facilities to view samples
of equipment installation and typical SSR set-up are scheduled following the Pre-proposal
Meeting. (See Cover Page for time.) Those interested in participating on the tour should contact
the Procurement Division at (734) 247-7900 during normal business hours (between 8:00 AM and
4:30 PM) or via email Purchasing.questions@wcaa.us. No more than two (2) representatives per
company will be allowed. Provide business name, full name of individuals to attend and contact
information, at least 24 hours prior to the Pre-Proposal meeting date. Individuals attending the
tour will be required to produce two (2) pieces of identification (one of which must be a
government issued photo ID). Those attending the Pre-proposal Meeting are encouraged to
bring copies of the solicitation documents with you to the meeting as copies will not be readily
available. See below to request documents from the Airport Authority. Special requests for an
alternate site tour date may be considered provided the request is made by noon, February 19,
2013
4) PROPOSAL DEADLINE / LATE SUBMISSIONS: The Proposal is due not later than the date and
time listed on the Cover Page of this solicitation. The deadline date may in some instances
change during the solicitation issuance period. If any deadline date for submission changes, such
change will be issued in a published Addendum to this solicitation prior to the deadline date
indicated on the Cover Page of this solicitation. The Procurement Divisions time stamp will
determine the official receipt time. Proposals will be accepted at any time during normal business
hours, which are from 8:00 A.M. to 4:30 P.M. Eastern Time, Monday through Friday, except for
legal holidays observed by the Airport Authority. Proposals received after the Proposal Deadline
will not be opened and will be returned to the Proposer unopened.
5) PROPOSAL SUBMISSION: Failure to submit a timely Proposal including: 1) a signature binding
the offer; and 2) a completed Price Form, and 3) Proposal Guarantee, will result in your Proposal
being deemed nonresponsive; these items will not be waived or considered a minor informality or
irregularity.
a) Proposals must be enclosed in a sealed envelope, box or package, and clearly marked on the
outside with the following: RFP Title, Control Number, Proposal Deadline and Proposers

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 9 OF 69

business name, address, telephone, fax and contact name. Proposals sent by telegraph,
facsimile, or other electronic means will not be considered.
b) All prices and notations must be typed or printed in ink. No erasures are permitted. Mistakes
may be crossed out and corrections must be initialed in ink by the person(s) signing the
Proposal Form.
c) All costs incurred in the preparation and presentation of the Proposal are the Proposers sole
responsibility; no pre-proposal costs will be reimbursed to any Proposer.
d) All documentation submitted with the Proposal will become the property of the Airport
Authority.
e) All Proposals must be firm for at least 180 days from the Proposal Deadline date of the RFP.
f) The Airport Authority has the right to request samples from Responsive and Responsible
Proposer(s). The requested samples must be provided within two (2) business days of the
request by the Airport Authority, or the Proposal will be considered nonresponsive.
6) PROPOSAL SIGNATURES: Proposals must include a Proposal Form that is signed in ink by an
authorized official of the Proposer. The executed Proposal Form represents a binding
commitment upon the Proposer to provide the goods and/or services offered to the Airport
Authority, if the Proposer is determined to be the most Responsive and Responsible Proposer.
7) NO RFP RESPONSE (No-Bid Proposal): Proposers who receive this RFP but do not submit a
Proposal are asked to submit a notice stating the reason(s) for not responding.
8) WITHDRAWAL: Proposals may only be withdrawn by written notice prior to the date and time set
forth as the Proposal Deadline. No Proposal may be withdrawn after the deadline for submission.
9) REJECTION OF PROPOSALS: Proposals will be rejected for the following reasons:
a) Proposers failure to submit all required information of RFP.
b) Proposers failure to meet minimum qualifications of RFP.
c) Proposer is in arrears or in default to the Airport Authority on any contract, debt, or other
obligation.
d) Proposer is debarred by the Airport Authority or federal government (for federally funded
contracts) from consideration for a contract award.
e) Proposer has committed a violation of the Airport Authoritys Ethics Ordinance which resulted
in a termination of a contract or other material sanction within the two (2) years immediately
preceding the date of issuance of this document.
f) Proposer has a contract or other relationship with a client that is determined by the Airport
Authority to be a legal or business conflict that is unwaivable or that the Airport Authority, at its
sole discretion, is unwilling to waive.
g) In the event a Proposer, including its subsidiaries, affiliated companies and franchises,
submits more than one (1) Proposal, the Airport Authority, at its sole option, will have the right
to determine which Proposal will be considered, or reject all such multiple Proposals.
10) CANCELLATION OF RFP The Airport Authority reserves the right to cancel this solicitation, in
whole or in part, as well as reject any or all Proposals, or to accept or reject any Proposal in part,
and to waive any minor informality or irregularity in Proposals received if it is determined by the
Chief Executive Officer (CEO) or his designee that the best interest of the Airport Authority will be
served by so doing. If the solicitation is cancelled or all Proposals are rejected by the Airport
Authority, a notice will be posted on MITN.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 10 OF 69

11) CONTRACT AWARD AND CONTRACT EXECUTION: The Airport Authority reserves the right to
award by item, group of items, or total proposed items, and to award more than one contract at its
sole discretion, to the most Responsive and Responsible Proposer, or Proposers. The Airport
Authority may, at its sole discretion, elect to award one, more or all package areas, and determine
which specific components of each functional area will be assessed.
All contract award recommendations must be approved by either the Airport Authoritys CEO or
Board.
The Proposer(s) to whom the award is being recommended will be notified and provided the
Airport Authoritys contract for execution at the earliest possible date. If for any reason, the
awarded Proposer(s) does not execute a contract within the time specified by the Airport Authority,
then the Airport Authority may recommend award to the next most Responsive and Responsible
Proposer. A final Notice of Award, and if required, a Notice to Proceed, will be issued after
completion of a fully executed contract.
If a Proposer requires an agreement beyond any agreement (e.g. Form of Agreement) required by
the Airport Authority, or required as a part of this solicitation by the Airport Authority, the Airport
Authority reserves the right to reject execution of any additional agreements required by the
Proposer. In instances where the Airport Authority rejects execution of additional agreements that
are required by the Proposer, the Airport Authority reserves the right to deem the Proposal as
Nonresponsive, and to recommend award to the next most Responsive and Responsible
Proposer.
12) FREEDOM OF INFORMATION ACT (FOIA) REQUIREMENTS: Proposals are subject to
public disclosure after the Proposal Deadline in accordance with state law. For additional
information, contact the Airport Authoritys FOIA Coordinator at 734-247-7237.
13) PROTESTS: A protest must be filed in writing and within the timeframes outlined in Section 9 of
the Airport Authority Procurement and Contracting Ordinance. A copy of the Procurement
Ordinance is available from Procurement Division at the Airport Authority, and accessed at
http://www.metroairport.com/pdf/Wayne%20County%20Airport%20Authority%20Procurement
%20and%20Contracting%20Ordinance.pdf
14) SECURITY BADGES: Security badges are required for Successful Proposer and on-site support
staff; security badges are not required to submit proposals. To obtain information about the Security
Badging
process
contact
the
Credentials
Offices
at
(734)
942-3606,
e-mail
security.credentials@wcaa.us or follow the link:
http://www.metroairport.com/programs/AirportIDBadge/default.asp
15) WCAA ETHICS ORDINANCE: To view or download the WCAA Ethics Ordinance, access the
following weblink:
http://www.metroairport.com/pdf/Wayne%20County%20Airport%20Authority%20Ethics
%20Ordinance.pdf

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 11 OF 69

SECTION 3 SPECIAL REQUIREMENTS AND INSTRUCTIONS


1) MINIMUM QUALIFICATIONS: Proposers (specifically, the Business that will be contractually
bound under the contract with the Airport Authority) will be deemed nonresponsible and rejected
without any further evaluation if they as a Business do not meet the following qualifications for
either one (1), two (2) or all three (3) of the Packages listed for which a Proposal is submitted:
a) Package 1: Wi-Fi Network and Services:
i)

The Successful Proposer or its subcontractor must have a minimum of five years of
experience in operations and maintenance of a Wi-Fi network and infrastructure, providing
service to a minimum of 30,000 customers per month in the past five years at commercial
airports or other large public venues; and

ii) The Successful Proposer or its subcontractor must have a minimum of five years of
experience managing and maintaining Wi-Fi Network hosted services in the business of
assessing, designing, and implementing each of the services described in Section 4.1.a;
and
iii) The Successful Proposer or its subcontractor must have a minimum of three years of
experience in selling advertising and on Wi-Fi networks; and
iv) The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five years experience in
operations and maintenance supporting a Wi-Fi network and infrastructure as described in
Section 4.1.a.
b) Package 2: Cellular DAS and Services:
i)

The Successful Proposer or its subcontractor must have a minimum of five years of
experience in operations and maintenance of Cellular DAS and services, providing service
in the past five years at commercial airports or other large public venues; and

ii) The Successful Proposer or its subcontractor must have a minimum of five years of
experience managing and maintaining DAS hosted services in the business of assessing,
designing, and implementing each of the services described in Section 4.1.b; and
iii) The Successful Proposer or its subcontractor must be a neutral host and provide a system
where multiple carriers can operate; and
iv) The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five years experience in
operations and maintenance supporting Cellular DAS and providing services as described in
Section 4.1.b.
c) Package 3: Cabling Services:
i)

The Successful Proposer or its subcontractor must have a minimum of five years of
experience in operations and maintenance of a cable infrastructure described in Section
4.e.i.1; and

ii) The Successful Proposer or its subcontractor must have a minimum of five years of
experience managing and maintaining cable services in the business of assessing,
designing, and implementing each of the services described in Section 4.e.i.2; and
iii) The Successful Proposer or its subcontractor must have trained and certified personnel on
staff (that will be assigned to the contract resulting from the RFP) with a minimum of five
years experience in operations and maintenance supporting the cable infrastructure, SATV
services beginning at the satellite dishes to the consumers receivers and providing cabling
and equipment services as described in Section 4.e.i.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 12 OF 69

2) PREFERRED QUALIFICATIONS: The Proposer may be evaluated for the Experience and/or
Qualification evaluation criteria, if they meet the minimum qualifications listed above and also have
the preferred qualifications, listed below:
a. For any and all of three service areas for which a proposal is submitted (Packages 1, 2, and 3),
ten (10) or more years experience.
b. Package 1 - Wi-Fi Network and Services experience in operations and maintenance providing
service to greater than 40,000 customers per month. Technical support staff with Cisco CCNP
Wireless certifications that will be assigned to the contract resulting from this RFP.
c. Package 3 - Cable Services, Trained and Certified technicians for Sumitomo Air Blown Fiber
(ABF) and Corning fiber who have experience installing, maintaining and certifying cable
systems utilizing the Fluke DTX 1800 with Single Mode and Multi Mode testing capabilities,
Optical Time Domain Reflectometer (OTDR) and Fusion Splicer that will be assigned to the
contract resulting from this RFP.
d. Package 3 - Blonder Tongue Certified SATV technical support staff that will be assigned to
service the contract resulting from this RFP.
3) PROPOSAL GUARANTEE: The Proposer is required to submit a refundable Proposal Guarantee
(cashiers check only) in the amount of $15,000.00, whether responding to one, two or three
packages, made payable to the Wayne County Airport Authority. The Proposer must submit the
Proposal Guarantee with the Proposal in response to this RFP. Failure to submit the Proposal
Guarantee in the specified form will result in the Proposer being deemed Nonresponsive and the
Proposal rejected without any further evaluation.
Note: Return of Proposal Guarantee: Proposal Guarantees will be returned to Proposers
immediately after the Airport Authority has deemed that a Proposer is either Nonresponsive
or Nonresponsible. Proposal Guarantees for all remaining Proposers will be held until a
contract is fully executed; or upon the request by the Proposer, but only after the expiration
of the Proposal.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 13 OF 69

SECTION 4 PROJECT OVERVIEW AND SCOPE OF WORK/SPECIFICATIONS


1) INTRODUCTION: The Wayne County Airport Authority (Airport Authority) invites the submission of
proposals from all interested and qualified Proposers desiring to operate, manage and maintain
three package areas of the Airport Authoritys Wi-Fi, Cellular and Cable Services (WCCS); Wi-Fi
Network and Services, Cellular DAS and Services; and Cabling Services.
The proposed contract(s) shall be for a maximum term of eleven (11) years, initial five (5) year term
with three (3) two (2)-year renewal options exercisable at the sole discretion of the Airport Authority.
However, the Airport Authority will consider alternative contract terms, subject to benefits presented
in the financial impact proposed with the alternative term. It is anticipated that the contract will
commence in May, 2013.
Proposals are being accepted for one, two or all three of the packages. The Airport Authority is
looking for the best overall total solution that meets the goals of the Airport Authority and the
Requirements of the RFP.
Each package with its component parts is listed below. A detailed description is provided in Section
4.3 of this document.
All transitions for each service area is to be fully completed and operational with full service
delivery no later than September 16, 2013. There are certain dates where conversions or
transitions are not allowed; these dates are one week before and one week after a national holiday.
These holidays are Memorial Day, July 4th and Labor Day. All conversion efforts must be
coordinated with the Airport Authority.
a.

Wi-Fi Network and Services


i)
Access Points
ii)
Complimentary Access
iii)
Paid Access
iv)
Airport Authority employees Access
v)
Internet Landing Page
vi)
Internet Service Provider (ISP) for tenant private services

b.

Cellular Distributed Antenna System (DAS) and Services


i)
Carrier management
ii)
In terminal 800 MHz radio repeaters
iii)
Commercial License Bands (700 MHz, 850 MHz, 1900 MHz)
iv)
Environmental controls

c.

Cable Infrastructure
i)
Cable Plant
ii) In building wiring for services for Airport Authority, DAS and Wi-Fi service providers and
tenants
iii)
Satellite TV reception and cable management
iv)
Tenant Cabling Services

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 14 OF 69

2) GENERAL INFORMATION:
a. Overview
Detroit Metro Airport (DTW) is the 42 nd busiest passenger airport in the world with approximately
32 million passengers annually (equal to 3 times the population of Michigan) and 440,000
annual operations. DTW provides non-stop service to 150 domestic and international
destinations via 13 airlines and is one of the largest U.S. gateways to Asia. DTW activity
supports approximately 18,000 jobs at the airport and 71,000 jobs across the state, providing a
$7.6 billion economic impact to Michigan. DTW is owned and operated by the Wayne County
Airport Authority.
Through this RFP and the resultant contract, it is the Airport Authoritys intention to meet the
following goals:
i) To provide customer service for the traveling public and the tenant airport community.
ii) To provide flexibility to continuously meet the growing and changing needs and demands
of the traveling public and the tenant airport community in areas such as:
(1)
Download speeds
(2)
Fee Structures
(3)
Technology improvements
iii) To increase the presence of DAS services for additional cellular carriers.
b. Contract Management
The Technology Services Department will be responsible for the management of the contract
and will ensure industry best practices are being applied to Services delivery. Technology
Services staff will manage the contract to the service levels defined in this RFP.
c. Current Services Profile
Currently, the Airport Authority has contracted out the services identified in this RFP. The
current contract is on a month-to-month basis, due to expire October 4, 2013. With respect to
such Services, various third party providers and tenants retain ownership of their equipment up
to the agreed point of interface (POI). The Airport Authority owns all passive equipment and
networking infrastructure elements, including communications cabling, antennas, splitters, etc.
that is maintained by the current Contractor.
i)

Wi-Fi services
The current contract provides for the operation and maintenance of a network of access
points at DTW in support of Wi-Fi services provided at the McNamara Terminal, the North
Terminal, and the Administration Building (Smith Terminal). The following services are
provided:
(1) Complimentary Access: Customers at DTW are provided complimentary wireless
internet services via the Wi-Fi Network for a limited amount of time (not less than thirty
(30) minutes after customer views an advertisement).
(2) Paid Access: Customers at DTW are offered the option of purchasing wireless internet
services via the Wi-Fi Network when they require a greater amount of time and faster
speeds.
(3) Customer Landing Portal: A website is provided, maintained and operated as part of an
initial landing web page presented to customers using Complimentary Access or Paid
Access (Landing Portal). The Landing Portal provides links and access to internet
websites approved by the Airport Authority. Customers access to the Landing Portal is
not subject to the time restrictions imposed on Complimentary Access.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 15 OF 69

(4) Employee Access: Airport Authority personnel at the Airports McNamara and North
Terminals, as well as the Smith Building are provided free, unlimited complimentary
wireless internet services via the Wi-Fi Network at the speed offered for paid access,
without viewing any advertisements or sponsorship ads.
Facts regarding the Wi-Fi service are as follows:
Approximately 40,000 users access the Wi-Fi network each month.
See Attachment 1 (Paid and complimentary Wi-Fi usage statistics)
Head-end controller and fiber switches provide communication to Special Services
Rooms (SSRs) over current single-mode fiber. Fiber is used for interconnects to access
points throughout the terminal areas (e.g. baggage claim, ticketing, gate concourses,
international arrival) and the Westin-Detroit hotel.
Access points available include:
o

Sixty-five (65) in the McNamara Terminal

Thirty-two (32) in the North Terminal

Twelve (12) in the Smith Building

Sixteen (16) spares

There is one (1) wireless tenant in the McNamara Terminal


There are twenty (20) tenants using ISP services
The current design includes network connections to the Internet.
See Attachment 2 (WLAN-McNamara Terminal) and Attachment 3 (WLAN-North
Terminal).

ii)

See Attachment 5 (Wi-Fi Infrastructure Equipment List) for additional detail of the Wi-Fi
infrastructure equipment.

Cellular Services
The cellular services operate over the carriers dedicated fiber that was installed in the
Cable Plant. There are approximately one hundred ninety (190) antenna locations for each
carrier.
(1) Cellular Services: The carrier access agreements with AT&T and Verizon expire
respectively on Jan.1, 2016 and Dec. 3, 2015. In the event a contract resulting from this
RFP is not awarded to the current Contractor, the carrier access agreement is
assignable to the current Contractors successor. Obligations with the carriers may be
summarized as follows:

The engineering of the cell phone antenna solution around the distribution
capabilities of the CWAS and per the specifications provided by the carrier.
Implementation and management of the carrier-approved solution.
Ongoing maintenance to and enhancement of the solution as needed.
Management of the construction design and permit approval process.

(2) 800 MHz Repeater Services: The current Contractor is responsible to distribute 800 MHz
trunked radio system signals to certain areas of the McNamara Terminal complex where

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 16 OF 69

the normal broadcast signal is too weak to meet public safety first responders needs.
Such areas include, but are not limited to, the parking garage, lower level Westin-Detroit
Hotel, McNamara Terminal international arrivals and customs, etc.
Services also include Break/Fix, preventative maintenance and as needed support.
The radio frequency signal is captured by roof-top antenna, interfaced to the CWAS, and
then extended to over one hundred broadcast antennas throughout the areas listed
above. See Attachment 4 (800 MHz Trunk Radio Network Infrastructure).
(3) 700 MHz Services: The 700 MHz 4G service installation/implementation for Verizon was
completed in March, 2011; the ATT&T LTE service is scheduled for implementation by
February, 2013. The Successful Proposer shall maintain and manage signal services in
the 700 MHz Band to allow for quality LTE/4G services.
(4) Maintenance and Management of the environment controls: The cellular carriers Base
Station equipment is housed in a space located on the 7th floor of the McNamara Parking
Deck. This space is also the storage facility that houses spare parts for the support of
the Wi-Fi and Carrier DAS Systems. This space has connectivity to the main system
room where the MDF for the cable plant is located. This space also has the
environmental control units, including the HVAC system and Fire Suppression system
(FM200). Preventative maintenance services and support are provided for each
environmental control system.
iii) Cable Services
(1) Cable Plant: The Cable Plant was installed in the DTW McNamara and North Terminals
during terminal construction and consists of a number of special services rooms (SSRs)
between which tubes were installed to accommodate air-blown fiber. The Airport
Authority populated some of these tubes with a mix of multi-mode and single-mode fiber
to provide connectivity within the terminals for concessions, Wi-Fi, and DAS purposes
and the Airport Authority business needs.
The Cable Plant is utilized as a distribution system and is extended between the
McNamara and North Terminals using single mode fiber to provide the network
connectivity to all networks in support of the services they provide as well as tenant
related services. The maintenance and support of the extension of the Cable plant
between the two terminals is the responsibility of the Airport Authority and not the
responsibility of the Contractor providing the services outlined in this RFP. The North
Terminal has a footprint of approximately 450,000 sq. ft. and the McNamara Terminal is
over 2.4 million sq. ft. Fiber or cat 5 or 6 cable is then used for tributary drops between
the SSRs and the service location.
The McNamara Terminal has a second Cable Plant that provides cabling services to the
Airlines and tenants located in this terminal. This second Cable Plant is separate from
the Cable Plant that provides connectivity for the services outlined in this RFP. The
Contractor is not responsible for the maintenance and support of this second Cable
Plant.
This Cable Plant section located in the North Terminal that provides connectivity in
support of the Wi-Fi, DAS and Cabling Services is maintained and supported by a third
party Contractor. This Cable Plant section is not the responsibility of the Contractor for
the maintenance and support of services outlined in this RFP.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 17 OF 69

(2) SATV Services: The Contractor manages the satellite television (SATV) services
throughout the McNamara Terminal and North Terminal buildings.
The current
Contractor is responsible for the entire maintenance of the SATV Service (from satellite
dish to the consumer).

Responsibilities include:

o
o

Operate and maintain the head end distribution system which is fed by three (3)
separate 1-meter satellite dishes on the rooftop of the McNamara Terminal.
Quarterly preventative maintenance inspections
Break/fix remediation

Installation and programming on the dish network receiver for tenants

(3) The SATV profile is as follows:

Three satellite dishes are installed atop the McNamara Terminal and are pointed to
satellites at the following locations:
o 61.5 degrees west
o 110 degrees west
o

119 degrees west

SATV service is provided by the Dish Network

SATV signals are distributed throughout the terminal complexes using fiber optic
laser transmitters and receivers to distribute the Dish Network Service to predetermined Tennant Interface Panels (TIPs) throughout the McNamara and North
Terminals. Coax tributary wiring is then used off of 8-port taps to deliver the signal to
the end point devices.

There are approximately fifty-eight (58) receivers in the North Terminal and two
hundred (200) receivers in the McNamara Terminal.

All head-end and remote receivers are VIP-211

(4) Tenant Communications Services: Private, high-speed internet (ISP) and local area
network (LAN) services are being provided to Airport Authority tenants at the McNamara
and North terminals. These services are provided either wirelessly or are hard-wired,
and are utilized for point of sale and other business functions as determined by the
tenant.

There are forty-one (41) wired tenants in the North Terminal.

There are two (2) wired tenants in the Smith Terminal.

There are fifty-seven (57) wired tenants in the McNamara Terminal.

Some tenants have multiple locations throughout the terminals being serviced; of
these 20 are utilizing ISP services.

The tenant point of interface (POI) usually is a switch provided by the current Contractor.
ISP services are throttled to reflect the tenants service level requirement. The current
Contractor assists customer tenants in identifying and repairing minor communications
wiring issues with PCs, telephones, etc.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 18 OF 69

d. Airport Concession Disadvantaged Business Enterprise (ACDBE).


Additionally, Proposers are advised that this Management Services Agreement falls within the
scope of 49 CFR Part 23, Airport Concession Disadvantaged Business Enterprise (ACDBE). The
Airport Authoritys goal for this contract is six percent (6%). See Section 9, Attachment H of this
RFP for more specific information on the Airport Authoritys ACDBE program and submittal
requirements for this solicitation.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 19 OF 69

3) Scope of Work:
The successful Proposer (Contractor) will be required to provide all labor, material, tools,
equipment, supplies, etc. for the purpose of meeting the requirements as outlined in this RFP.
a) Overview
One, two, three, or no contracts may be awarded for this RFP contingent upon the best overall
comprehensive proposal(s), service level commitments, customer service, solution fit for the
Airport Authority, and total cost of ownership. The Contractor shall transition and be responsible
for one or more of the following package areas, each of which will be awarded:
i)

Wi-Fi Services, WLAN and Wi-Fi Network, Landing Portal, and Tenant Wi-fi Internet

ii) Cellular Distributed Antenna System (DAS), Commercial License Bands (700 MHz, 850 MHz
and 1900 MHz), 800 MHz repeater services, Carrier management, and environment controls
maintenance
iii) Cable infrastructure, Cable Plant, and SATV services, and wiring services for tenants
b) General Management and Administration for all three package areas
The Contractor shall be responsible for, but not limited to the following:
i)

Attend meetings with DTW personnel as needed.

ii) Maintain a database of all contracts and services as they relate to services provided.
iii)

Maintain an inventory of all equipment on-site, including date of install, warranty periods,
serial numbers, location of equipment, etc. The inventory shall be available online for DTW
staff use at all times.

iv) All agreements between the Contractor and cellular carriers, tenants, and the Airport
Authority must follow agreed upon WCAA contract standards; any exceptions must have
prior Airport Authority approval. All such agreements are to be located in an agreed upon,
shared electronic repository and are available to the Airport Authority.
v) The Contractor will, on an ongoing basis, assist in the development and maintenance of TS
policies, standards, guidelines and procedures, including standard operating procedures
(SOPs), and will conduct all work under this Contract per:
o
o
o
o

Airport Authority-approved SOPs. The SOPs will be employed at all sites where services
are provided.
Airport Authority-approved policies, standards and guidelines
Change control processes and procedures approved by the Airport Authority
Generally accepted information technology auditing guidelines

vi) Maintain all licenses and permits required for legal operation and attain permits from the
DTW for all work done ensuring adherence to DTW standards for cabling and connectivity.
vii) Work with Technology Services to develop the reports needed to fulfill monthly service level
reporting requirements to assure compliance with Attachment I- Service Level Agreement.
c)

Wi-Fi Services Package #1


The Airport Authority is interested in providing high quality Wi-Fi services to its traveling
customers in order to enhance the customers airport experience. The Contractor for this
package area shall inherit and operate, maintain and manage a Wireless Local Area Network
(WLAN) and provide uninterrupted hybrid Wi-Fi Network at DTW. The Contractor shall be
responsible for the proper functioning of the services, Wi-Fi Network and System at all times (24
hours a day, 7 days a week).

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 20 OF 69

In the event of a security issue, as identified by the Airport Authority, the Airport Authority
reserves the right to have the Contractor temporarily suspend all Wi-Fi operations.
Refer to Attachment 5 (Wi-Fi Infrastructure Equipment List) for equipment to be included in this
contract. While this list is the Airport Authoritys best effort at providing a comprehensive
equipment list, proposer should not rely on this list to be all inclusive. The Contractor will be
responsible for completing a full system equipment inventory at the start of the contract. The
equipment inventory will be kept up to date by the Contractor and located in an agreed upon,
shared electronic repository that is available to the Airport Authority.
All transitions must be complete and the Contractor must be prepared to commence
service(s) no later than September 16, 2013.
i)

Maintenance:
The Contractor is responsible for all maintenance and necessary upgrades and expansions
in the operation of the System and for maintenance of Operating Sites and system
equipment and furnishing. The Contractor is responsible for the associated costs.
The Contractor will manage all equipment warranties, payments and certifications for all
system Contractors and subcontractors.
All scheduled maintenance must occur between 11:00 PM and 5:00 AM and must be
approved through use of the Technology Services change control request process.

ii). Hybrid User Services:


The hybrid service shall consist of a user receiving complimentary wireless Internet services
or the option to purchase enhanced wireless Internet services.
(1)

Complimentary Wi-Fi Access


Customers at the Airports McNamara and North Terminals shall be provided
complimentary (free) wireless internet services via the Wi-Fi Network. The free Wi-Fi
service shall be accessed by users through a Landing Portal provided by the Contractor.
Access shall be limited to this portal and linked web pages posted thereon.
Access shall be maintained at network speeds of not less than 1.5 Megabits per second
(1.5 Mbps).
The complimentary access is to be provided to customers for a period of time that is not
less than forty-five (45) minutes after the customer has viewed an advertisement. After
the first 45 minutes, the customer will have a choice of an additional, complimentary 45
minutes or paid service.
The advertisement shall not exceed thirty (30) seconds in length. Advertisements should
be tasteful and family friendly and must follow the Airport Authoritys standards and
guidelines.
See Attachment 7 (Advertising Standards and Guidelines).

(2)

Paid Wi-Fi Access


Customers at the DTW Airport are offered the option of purchasing wireless Internet
services via the Wi-Fi Network. The service is to maintain access speeds of no less
than 3.0 Mbps. The paid service should also include additional services that provide
value-add functions for the traveling public.

(3)

Roaming Access
Customers at the DTW Airport are offered the option to access wireless internet services
via the Wi-Fi Network using their own hot spot subscription.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

(4)

PAGE 21 OF 69

Employee Access
The Contractor shall provide Airport Authority Personnel, who have been approved by
the Airport Authoritys Technology Services Department, with no-cost, advertisementfree, unlimited wireless Internet services and access to the Airport Authoritys local area
network via the Wi-Fi Network. The Contractor shall use commercially reasonable efforts
to provide network speeds of not less than three (3) megabits per second (3 Mbps)
(Employee Access). Except for reasonable security controls approved by the Airport
Authority, the Contractor shall not restrict Airport Authority Personnels access to such
Employee Access.

iii). Customer Landing Portal:


The Contractor shall provide, maintain and operate a web site as part of an initial landing
web page that is presented to customers using complimentary or paid Access. This Landing
Portal shall provide the customer with links and access to Internet websites approved by the
Airport Authority and which in spirit promote the Airport, the region and other government
organizations. The portal shall have access and allow for White List Sites (see section D,
below). The portal shall support all wireless devices, including laptops and personal devices
used to access the Wi-Fi service. The Landing Portal is not subject to the time restrictions
imposed on Complimentary Access.
iv). White List Site:
White List Sites allow for passengers to gain access to airline ticketing, airline, airport,
Transportation Security Administration and other Federal, State, County, City and other local
or regional promotional websites. Access to specific websites, as identified and approved by
the Airport Authority, shall be made available to users free of charge, without time limits, and
does not require the user to log into the system.
i)

Customer Downloads:
The Wi-Fi network will maintain the capacity for users to access downloadable content. The
Contractor shall be responsible for ensuring activity on the Wi-Fi network complies with all
appropriate laws and responding promptly to any complaints or demands by copyright
owners.

ii)

PCI Compliance:
At all times during the term of this contract the Contractor shall comply with all current and
future Payment Card Industry Data Security Standards (PCI-SSC), Card Association rules,
policies, and regulations; and all applicable laws, regulation, ordinances, rules and orders of
governmental authorities having jurisdiction over the Airport Authority. The Contractor shall
be solely and exclusively responsible for maintaining the security of all cardholder data that
is processed, transmitted or stored.

iii)

Frequency Clearinghouse:
The Contractor manages the frequencies supported by the system for the Airport and will
maintain a clearinghouse and trouble-shooting function to insure that all projects utilizing the
unlicensed radio frequency (RF) spectrum, will be properly coordinated to minimize or
eliminate the possibility of RF interference.

iv)

Tenant Private Services:


The Contractor will provide and maintain private high-speed ISP services to the subscribing
Airport Authority tenants at the McNamara and North terminals. The services are commonly
used for point of sale but may be used for other functions, as determined by the tenant.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

v)

PAGE 22 OF 69

Support Services:
(1) User Support: The Contractor will act as the sole interface between the System and the
users of the system for any and all issues related to the Systems equipment.
(2) Life Cycle Management: The Contractor is responsible for managing the life cycle of all
equipment and be able to keep up with growing demand from customers at required
service levels.
(3) User Support Services: The Contractor shall provide support services necessary to
meet the requirements of this RFP and adhere to the Service Levels (See Section 3.2.).
The Contractor shall have support available 24 hours a day, every day of the year when
necessary and requested by the Airport Authority.
All user complaints shall be logged and monthly summary reports shall be provided to
the Airport Authority.
(4) Web Site Support: The Contractor will provide and maintain a web site for customer
support.
(5) Services Support: All active elements of the System will contain state of the art
technology which will allow for immediate electronic notification of equipment failure or
performance degradation.
The Contractor shall maintain support services twenty-four (24) hours a day, every day
of the year, to service and maintain the Wi-Fi WLAN systems and services which must
be completely operational and meet all service level requirements.

vi) Revenue Generation:


The Contractor will be granted the right to generate revenue from the sale of paid access to
wireless Internet services, advertising on the Landing Portal and from ISP services.
vii)

Advertising:
(1) The Contractor shall be granted the exclusive right to sell advertising space on the
Landing Portal, in accordance to the advertising standards of the Airport Authority.
(2) The Contractor shall be responsible for identifying and recruiting potential advertisers
and selling Wi-Fi network advertising opportunities.
(3) The Contractor shall offer advertising discount rates to local governments and
community promotions as approved and recommended by the Airport Authority.
(4) All advertising material displayed via the Wi-Fi network shall conform to the Airport
Authoritys advertising standards.
(5) Pop-up advertising is prohibited.
(6) Advertisements for beverage products competing with beverage products produced,
marketed, or distributed by PepsiCo Inc. or PBG Michigan, LLC shall not be displayed
on any type of advertising at the Airport.
(7) The Airport Authority reserves the right to require the Contractor to remove any
advertisement deemed outside the standards. The Airport Authoritys determination is
final.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 23 OF 69

(8) The Contractor shall have no rights to any other advertising venues in the terminals or
other Airport Authority buildings or Internet sites.

viii)

Minimum Concession Fee (MCF):


Each Proposer shall propose a Minimum Concession Fee (MCF) revenue for all years of the
Contract and a percentage of gross sales as compensation to the Airport Authority. Gross
sales will consist of paid access to wireless Internet services (both paid and roaming),
advertising on the Landing Portal, and ISP services.
The Contractor shall pay either the proposed MCF or proposed percentage of gross sales,
whichever is greater. The Airport Authority has implemented a web-based concessions
revenue management system which computerizes the reporting of Gross Sales, Concession
Fee calculation, audit reconciliation and concession fee payment. The Contractor must
utilize this Concessions Revenue Management System for payments.

ix)

Cost Responsibility:
The Contractor will operate and maintain the System at no cost to the Airport Authority.
The Contractor shall be responsible for all costs associated with providing, installing,
implementing, operating and maintaining the Wi-Fi Network including but not limited to,
network equipment, computers, and Internet subscription services, and for refreshing the
Wi-Fi Network equipment as necessary throughout the term of the contract to meet requisite
service levels and equipment life cycles.
At the end of the contract, either at expiration of term or termination, the Airport Authority
shall own the network equipment . During the term of the contract, the Contractor will
present the Airport Authority with all equipment costs expended toward this engagement.

x)

Reports:
The Contractor shall provide reports to the Airport Authority regarding system and service
performances. The Contractor shall have the means to gather information needed to
provide the following reports. The reports will be due to the Airport Authority on a mutually
agreed upon date near the beginning of each week or month.
(1) Weekly System Performance Report: The report will include detailed information on the
Wi-Fi WLAN for any and all equipment alarms, as well as summary reports showing
mean time between failures, system performance analysis and mean time to repair.
(2) Monthly Service Level Compliance Report:
The report will include detailed
measurement information on performance to each service level.
(3) Monthly Paid Usage Reports: The report will include statistical data on the availability
and use of paid Wi-Fi access for the month (to include roaming vs. paid breakdown).
(4) Monthly Complimentary Usage Report: The report will include statistical data on the
availability and use of complimentary Wi-Fi access for the month.
(5) Weekly Incident Report: The report will include information on reported customer issues
and the number and type of issues opened and closed, as well as a description of the
resolution and time to resolve.
(6) Monthly Data Analytics Report: The report should include traveler survey information
and an analysis of the data to improve customer satisfaction. A specific format will be
provided for this report.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 24 OF 69

(7) Quarterly Financial Statement: The Statement will show all gross revenues during the
prior quarter of operation, including all credit transactions, if any, and which will reconcile
with the monthly paid usage reports. The Statement will also show any capital or
equipment expenditures made by the Contractor. The certification of the statement must
be made by an official of the firm who is responsible for the Proposers financial records.
The format of this report must be compatible to the Airport Authoritys Revenue
Management System (RMS).
During the term of the agreement and at the time of any cancellation, at its sole
expense, the Contractor must submit to the Airport Authority an audited statement of the
total gross revenue derived from the System operation during the preceding calendar
year. The statement must be prepared by an independent certified public accountant.
xi) Documentation:
The Contractor shall provide documentation to the Airport Authority that includes information
on the equipment and devices that make up the Wi-Fi WLAN environment.
The networks shall be fully documented in a format and on media that is acceptable to the
Airport Authority. All network documentations shall be maintained to reflect current
equipment inventories, topologies and equipment configurations.
The documentation shall be maintained by the Contractor and provided to the Airport
Authority on changes and upon request. The documentation is the property of the Airport
Authority.
d) Cellular Distributed Antenna System (DAS) and Services - Package #2
The Airport Authority is interested in providing high quality cellular phone services to its traveling
customers in order to enhance the customers airport experience. The Contractor shall inherit,
operate, maintain, and manage a cellular distributed antenna system (DAS) and the services
that the DAS provides, as listed below.
All transitions must be complete and the Contractor must be prepared to commence
service(s) no later than September 16, 2013.
The Contractor shall manage, pursue and maintain Carrier Access Agreements with Wireless
Telecommunication Carriers. Currently there are Agreements with AT&T Wireless Services, Inc.
and Verizon Wireless, LLC. Through this proposed contract, the Airport Authority plans to
expand these services to include additional wireless carriers and enter into Agreements for
service with them.
As it is the Airport Authoritys goal to add additional carriers, the Contractor will plan, design,
build and then maintain this solution in a manner that meets the Airport Authoritys permit
requirements and the telephone companys engineering requirements. The Contractor must
follow all applicable Airport Authority standard operating procedures and must obtain the
necessary Airport Authority construction permits for necessary infrastructure work.
In the event of a security event, as identified by the Airport Authority, the Airport Authority
reserves the right to have the Contractor temporarily suspend all cellular operations.
The service operates over the carriers dedicated fiber that was installed in the Cable Plant.
There are approximately one hundred ninety (190) antenna locations for each carrier.
The Contractor must manage and support the commercial license bands (700 MHz, 850 MHz,
1900 MHz), that are available for traveler and Airport Authority use.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 25 OF 69

The Contractor must manage and maintain the facilities and equipment supporting areas for
DAS solutions; to include, HVAC and Fire Suppression Systems (FM200).
i)

Cellular DAS: Cellular DAS provides for the following services:


(1)

Wireless Cellular Services:


The obligations of the Contractor shall include:

The management of the cell phone antenna solution around the distribution
capabilities of the Cellular DAS and per specifications provided by the carrier.

Implementation and management of the carrier-approved solution.

Ongoing maintenance to, and enhancement of, the solution as needed.

Pursuing and managing Carrier Access Agreements

Managing and supporting various commercial license bands

(2) 800 MHz Repeater:


The Contractor maintains high quality 800 MHz trunked radio system signals to certain
areas of the McNamara Terminal complex where the normal broadcast signal is too
weak to meet public safety first responders needs. The areas the service covers are
identified in Attachment 4 (800 MHz Truck Radio Network Infrastructure).
The In-terminal 800 MHz radio signal repeaters for the Airport Authoritys trunk radio
network are utilized by the Airport Authoritys first responders and operational staff. The
management and maintenance of these repeater devices in the McNamara Terminal and
parking garage and the Westin Hotel is included in this RFP. The 800 MHz radio signal
repeaters in the North Terminal are not part of this RFP.
The service consists of an Off-air repeater on the Penthouse level of the Westin Hotel
that pulls the signal from the distribution tower near the North Terminal parking structure.
The Cellular DAS is then used to distribute signal over an independent layer of
equipment and cable plant to (91) antennas in the McNamara Terminal parking garage,
(4) antennas in the McNamara Terminal International arrivals and roadway area, (23)
antennas in the Westin Hotel servicing all levels and corridors..
The Contractor manages the frequencies supported by the system for the Airport and will
maintain a clearinghouse and trouble-shooting function to insure that all projects utilizing
the licensed radio frequency (RF) spectrum, will be properly coordinated to minimize or
eliminate the possibility of RF interference.
ii)

Maintenance:
The Contractor is responsible for all maintenance necessary in the operation of the System
and for maintenance of Operating Sites and System equipment and furnishing. The
Contractor is responsible for the associated costs.
The Contractor shall manage all equipment warranties, payments and certifications for all
System Contractors and subcontractors.
All scheduled maintenance must occur between 11pm and 5am and must be approved by
the Airport Authority.
The Contractor shall maintain support services twenty-four (24) hours a day, every day of
the year, to service and maintain the Cellular DAS systems and services which must be
completely operational and meet all service level requirements.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

iii)

PAGE 26 OF 69

User Support:
The Contractor shall act as the sole interface between the Services and any user of the
Services for any and all issues related to the Services equipment.
The Contractor shall provide support services necessary to meet the requirements of this
RFP and adhere to the Service Levels (See Section 3.2.). The Contractor shall have support
available 24 hours a day, every day of the year when necessary and requested by the
Airport Authority.
All user complaints shall be logged and monthly summary reports shall be provided to the
Airport Authority.

iv)

Revenue Generation:
The Contractor will be granted the right to generate revenue through Carrier Agreements

v) Minimum Concession Fee (MCF):


Each proposer shall propose a Minimum Concession Fee (MCF) revenue for all years of the
Contract and a percentage of gross sales as compensation to the Airport Authority. Gross
sales consist of revenue generated through Carrier Agreements.
The Contractor shall pay either the proposed MCF or proposed percentage of gross sales,
whichever is greater. The Airport Authority has implemented a web-based concessions
revenue management system which computerizes the reporting of Gross Sales, Concession
Fee calculation, audit reconciliation and concession fee payment. The Contractor must
utilize this concessions Revenue Management System for payments.
vi) Cost Responsibility:
The Contractor shall operate and maintain the System services at no cost to the Airport
Authority.
The Contractor shall be responsible for:

Life Cycle Management of the equipment

Preventative maintenance

Break/fix services

Labor for wiring installations

At the end of the contract, either at expiration of term or termination, the Airport Authority
shall own the equipment. During the term of the contract, the Contractor will present the
Airport Authority with all equipment costs expended toward this engagement.
vii) Reports:
The Contractor shall provide reports to the Airport Authority regarding system and service
performances. The Contractor shall have the means to gather information needed to
provide the following reports. The reports will be due to the Airport Authority on a mutually
agreed upon date near the beginning of each week or month.
(1) Weekly System Performance Report: The report will include detailed information for the
Cellular DAS and for any and all equipment alarms, as well as summary reports showing
mean time between failures, system performance analysis and mean time to repair.
(2) Monthly Service Level Compliance Report:
The report will include detailed
measurement information on performance to each service level.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 27 OF 69

(3) Weekly Incident Report: The report will include information on reported customer issues
and the number and type of issues opened and closed, as well as a description of the
resolution and time to resolve.
(4) Quarterly Financial Statement: The Statement will show all gross revenues during the
prior quarter of operation, including all credit transactions, if any, and which will reconcile
with the monthly paid usage reports. The Statement will also show any capital or
equipment expenditures made by the Contractor. The certification of the statement must
be made by an official of the firm who is responsible for the Proposers financial records.
The format of this report must be compatible to the Airport Authoritys Revenue
Management System (RMS).
During the term of the agreement and at the time of any cancellation, at its sole
expense, the Contractor must submit to the Airport Authority an audited statement of the
total gross revenue derived from the System operation during the preceding calendar
year. The statement must be prepared by an independent certified public accountant.
viii) Documentation:
The Contractor shall provide documentation to the Airport Authority that includes
information on the equipment and devices that make up the Cellular DAS network
environment.
The networks shall be fully documented in a format and on media that is acceptable to
the Airport Authority. All network documentations shall be maintained to reflect current
equipment inventories, topologies and equipment configurations.
The documentation shall be maintained by the Contractor and provided to the Airport
Authority on changes and upon request. The documentation is the property of the
Airport Authority.
e) Cabling Services Package #3
The Airport Authority is interested in providing high quality cable infrastructure that is capable of
meeting the business needs of the Airport Authority and its tenants.
This scope of work for this contract will include:
The cable plant located in the McNamara Terminal, McNamara Parking Deck, Westin Hotel,
and the Smith Building that support the Wi-Fi services, Cellular DAS services, 800 MHz
repeater services, SATV services, and cabling services.
This scope of work for this contract will not include:

The cable plant in the McNamara Terminal that supports the Airlines.
The cable plant in the North Terminal
The fiber extension between the North and McNamara Terminals.

All transitions must be complete and the Contractor must be prepared to commence
service(s) no later than September 16, 2013.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

i)

The Cabling Management Services:


following services:

PAGE 28 OF 69

The Cable Management services provide for the

(1) Cable Infrastructure: The Contractor will assume responsibility of existing available fiber,
copper and coax cabling throughout the buildings.
The Contractor shall be responsible for all intra-terminal wiring originating from the Main
Distribution Frames (MDFs) to the Intermediate Distribution Frames (IDFs), MDF to
Tenants equipment Point of Interface (POI) for Wi-Fi, DAS, SATV and local LAN service.
Responsibilities also include preventative maintenance and break/fix maintenance.
In addition to maintenance, Contractor will be responsible for new customer connections
and additions to the infrastructure for which Airport Authority or Tenant will be charged
per an established rate card.
(2) Cabling Services: The Contractor shall provide wiring and cabling to support the needs
of the Tenants, the Airport Authority and the Wi-Fi and DAS providers. Wiring and
cabling services are to be provided for Phones, Local Area Networks (LAN), and Satellite
TV (SATV).

Phones: The Contractor will be responsible for the coordination of all phone service
requests and will provide telephone jacks and connect with the equipment
on the back end. As part of the contract, Contractor will provide an initial
installation rate for Tenants.

LANs:

The Contractor will be responsible for the coordination of all LAN service
requests and will provide network jacks to provide connectivity for private
network services. As part of the contract, Contractor will provide an initial
installation rate for Tenants.
Satellite TV (SATV):
The Contractor shall be responsible for the
coordination of the SATV services beginning at the roof top satellite dishes
to the customers receiver, including equipment failures.
Satellite TV (SATV) service is utilized by Food & Beverage concessions as
well as many airlines and airport vendor tenants.
The primary
responsibilities include installation, SATV network upgrades, and operating
and maintaining the head end distribution system which is fed by (3)
separate 1-meter satellite dishes on the rooftop of the main Delta Sky Club
at the McNamara Terminal.
The maintenance requires quarterly
preventative maintenance inspections and any necessary break/fix.
This network utilizes fiber optic laser transmitters & receivers to distribute
the Dish Network Service to pre-determined Tenant Interface Panels
throughout the McNamara and North Terminals. From these points the
tenants pay to extend the service to their monitor locations, install and
setup programming on the dish network receiver. There are approximately
258 Dish Network Receivers currently active on this network at DTW. See
Attachment 7 (SATV Coverage Overview).

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 29 OF 69

ii) Maintenance:
The Contractor is responsible for all maintenance necessary in the operation of the
infrastructure cabling and equipment. The Contractor is responsible for the associated
costs.
The Contractor shall manage all equipment warranties, payments and certifications for all
System Contractors and subcontractors.
All scheduled maintenance must occur between 11pm and 5am and must be approved by
the Airport Authority.
iii) User Support:
The Contractor shall act as the sole interface between the Services and any user of the
Services for any and all issues related to the Services equipment.
The Contractor shall provide support services necessary to meet the requirements of this
RFP and adhere to the Service Levels (See Section 3.2.). The Contractor shall have support
available 24 hours a day, every day of the year when necessary and requested by the
Airport Authority.
The Contractor shall have a Help Desk available 24 hours a day, every day of the year for
calls from the Airport Authority, Tenants and Wi-Fi/DAS providers with response and
resolution times within the established Service Levels. All user complaints shall be logged
and summary reports shall be provided to the Airport Authority monthly or upon request.
iv) Revenue Generation:
The Contractor will be granted the right to generate revenue from the fees generated for
cabling services to Airport tenants or the Airport Authority.
v)

Minimum Concession Fee (MCF):


Each proposer shall propose a Minimum Concession Fee (MCF) revenue for all years of the
Contract and a percentage of gross sales as compensation to the Airport Authority. Gross
sales shall consist of all fees generated from Airport tenants or the Airport Authority for
cabling services.
The Contractor shall pay either the proposed MCF or proposed percentage of gross sales,
whichever is greater. The Airport Authority has implemented a web-based concessions
revenue management system which computerizes the reporting of Gross Sales, Concession
Fee calculation, audit reconciliation, and concession fee payment. The Contractor must
utilize this Concessions Revenue Management System for payments.

vi)

Cost Responsibility and Revenue Generation:


The Contractor will determine costs to provide:
(1)

A fixed monthly cost for the Cable Infrastructure, to include:

Annual preventative maintenance

Break/Fix Remediation; to include materials and labor

On-site Support

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 30 OF 69

(2) A Fee Structure for Cabling Services based on a proposal for a fixed price and/or hourly
rate for requests for installs, moves, adds and changes (IMAC) of network cable or
wiring.
No hourly or fixed price work will be performed until the Tenant or Airport Authority have
given purchase authorization to proceed.
vii) Reports:
The Contractor shall provide reports to the Airport Authority regarding cabling activities. The
Contractor shall have the means to compile the information needed to provide the following
reports. The reports will be due to the Airport Authority on a mutually agreed upon date near
the beginning of each week.
(1) Weekly Incident Report:
The report will include information on reported customer issues and the number and type
of issues opened and closed, as well as a description of the resolution and time to
resolve.
(2) Monthly Service Level Compliance Report:
The report will include detailed
measurement information on performance to each service.
(3) Quarterly Preventative Maintenance Report: The report will include preventative
maintenance that was performed on SATV, cabling and equipment included in Package
3.
(4) Weekly IMAC Report:
The report will include a list of all installs, moves, adds and changes that were requested
and implemented.
(5) Quarterly Financial Statement: The Statement will show all gross revenues during the
prior quarter of operation, including all credit transactions, if any, and which will reconcile
with the monthly paid usage reports. The Statement will also show any capital or
equipment expenditures made by the Contractor. The certification of the statement must
be made by an official of the firm who is responsible for the Proposers financial records.
The format of this report must be compatible to the Airport Authoritys Revenue
Management System (RMS).
During the term of the agreement and at the time of any cancellation, at its sole
expense, the Contractor must submit to the Airport Authority an audited statement of the
total gross revenue derived from the System operation during the preceding calendar
year. The statement must be prepared by an independent certified public accountant.
vii)

Documentation:
The Contractor shall provide documentation to the Airport Authority that includes information
on the equipment and devices that make up the Cable Infrastructure environment.
The networks shall be fully documented in a format and on media that is acceptable to the
Airport Authority. All network documentations shall be maintained to reflect current
equipment inventories, topologies and equipment configurations.
The documentation shall be maintained by the Contractor and provided to the Airport
Authority on changes and upon request. The documentation is the property of the Airport
Authority.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 31 OF 69

4) Contractors Responsibilities: The Contractor will be responsible for the following tasks including,
but not limited to:
a)

Providing the services identified and outlined in Section 4.3.

b)

Providing the equipment necessary to monitor and support systems identified in Section
4.3.

c)

Provide office space, office equipment, including computer, cell phone, etc. that is
required to provide support services.

d)

Many parts of this proposal will be operated behind airport security. Employees of the
Contractor need to pass background checks and be issued airport badges for operating at the
airport.

5) AIRPORT AUTHORITYS RESPONSIBILITIES:


providing the Contractor with:

The Airport Authority will be responsible for

a)

Documentation of current state as is available from current Contractor.

b)

Access to Airport Authority Staff when deemed necessary.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 32 OF 69

SECTION 5 EVALUATION PROCESS AND SUBMITTAL REQUIREMENTS


1) EVALUATION CRITERIA: All proposals timely received will be evaluated by an Evaluation
Committee comprised, at a minimum, of Airport Authority representatives from three different
operating divisions/departments. All proposals will first be evaluated for responsiveness, then
responsibility. All responsive and responsible proposals will be evaluated on the following criteria,
which are listed in descending order of importance:
a)
b)
c)
d)

Project Approach and Work Plan


Experience and Qualifications
Cost Calculations
Airport Concession Disadvantaged Business Enterprises (ACDBE) Participation Plan

In addition, the Evaluation Committee also may consider the past performance of the Proposer on
other contracts with the Airport Authority or other entities. The Airport Authority reserves the right to
make such additional investigations as it deems necessary and may require the submission of
additional information.
2) SHORTLISTING: The Airport Authority may shortlist the Proposers based upon responses to the
above items. If necessary, the Airport Authority anticipates that interviews will be conducted during
the week beginning March 25, 2013. The Airport Authority will notify each Proposer on the shortlist,
if such presentation is required. These presentations will provide an opportunity for the Proposers
to respond to questions posed by the Evaluation Committee, introduce their proposed project
manager and key personnel, and clarify their proposals through exhibition and discussion. The
Airport Authority will not reimburse oral presentation or any other costs of any Proposer.
3) AIRPORT
CONCESSION
DISADVANTAGED
BUSINESS
ENTERPRISE
(ACDBE)
PARTICIPATION: Proposers are advised that this Management Services Agreement falls within the
scope of 49 CFR Part 23, Airport Concession Disadvantaged Business Enterprise (ACDBE). The
Airport Authoritys goal for this contract is six percent (6%). See Section 9, Attachment H of this RFP
for more specific information on the Airport Authoritys ACDBE program and submittal requirements
for this solicitation.
Questions concerning the ACDBE program and its requirements can be directed to the Business
Diversity Coordinator, Peter Hathaway at Peter.Hathaway@wcaa.us or by calling 734-247-7028.
4) GENERAL SUBMITTAL REQUIREMENTS:
a) NUMBER OF COPIES: One original, plus ten (10) copies (eleven [11] total ) of the entire
Proposal must be submitted. The original must be marked as an original. Each copy must be
identical to the original. In addition, an electronic PDF media file, with an identical copy of the
original response, must be provided.
b) In addition to submitting physical copies of the required materials as set forth above, you may
be requested to submit the Airport Authority a word-searchable portable document format (PDF)
that permits the materials to be saved, viewed, printed and retransmitted by electronic means.
The PDF submission must maintain the original documents graphical and textual integrity.
c) PROPOSAL FORMAT AND CONTENT: Each proposal should be prepared simply and
economically. Proposals shall be in the same order as listed in this Section and tabbed as
follows to ensure the Evaluation Committee is able to easily locate the information that is
requested in this solicitation.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 33 OF 69

Tab 1 Forms:
The Proposer must fully complete and include the following forms (See Section 7 of this RFP),
or the proposal will be deemed nonresponsive and rejected without any further evaluation.
i) A signature binding the offer (i.e. Proposal Form); and
ii) Price Form, fully completed; and
iii) A Proposal Guarantee (cashiers check only) in the amount of $15,000.00 made payable to
the Wayne County Airport Authority.
Failure to include the following forms, fully completed, may result in your proposal being
deemed nonresponsive and rejected without any further evaluation (See Section 2 of the RFP):
i)

Verification of Minimum Qualifications Form (or provide the required information to show the
Proposer meets each of the Minimum Qualifications as listed in this solicitation document);
and
ii) Business Information Questionnaire
iii) Financial Statement Waiver Request Form (if applicable)
iv) ACDBE and Non-ACDBE Information Form(s)
The Proposal must include information about each Subcontractor that will be utilized in the
contract. Subcontractor can only be added or removed after submittal of the Response with
the prior written approval of the Airport Authority thorough its Chief Executive Officer.
(1)

Proposers Airport Concession Disadvantaged Business Enterprise (ACDBE)


commitment for the contract that results from this RFP.

(2)

Evidence that the Respondent will meet the ACDBE goal as defined in the Federal
Regulations.

Submit an ACDBE participation plan describing in detail the work and responsibilities that
the ACDBE(s) will perform.
Tab 2 Project Approach and Work or Operating Plan
Project Approach and Work or Operating Plan will be evaluated as follows:
Common to all Packages:

Transition Plan

Customer Service and Support Plan

Maintenance Plan

Respond to all the following, as they are common to all packages:


i)

Provide an Executive Summary of the important features of the proposal, highlighting the
uniqueness and strengths of your proposal and demonstrate how your proposal meets
and/or exceeds the goals and objectives of this RFP.

ii) Provide a statement of understanding of this project. Describe how the Proposer and its
team will approach the project.
iii) Provide a plan, preferably in Gantt format, for a full implementation or transition by
September.16, 2013, including lead time and start-up activities required once a Notice to
Proceed has been issued.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 34 OF 69

iv) Submit a detailed work plan of services you are proposing to accomplish the Scope of Work
(SOW) as described in this RFP and any problems that are anticipated. Identify for each of
the services noted in the SOW whether the service is:
(1) Fully available: All requirements are met.
(2) Partially available: Not all requirements are met. Identify requirements that are not met
and explain any alternatives that are proposed
(3) Not available.
v) Briefly address the Proposers management methods and systems proposed for this
contract.
vi) Submit a description of Proposers quality assurance program.
vii) Describe methodologies, equipment, software, and staffing for providing maintenance and
support, and plans for meeting service levels. Include average past incident response
times.
viii) Detail the methodology and processes that Proposer will utilize to upgrade the system
capabilities and provide Life Cycle Management. Identify the financial commitments you
project to meet these requirements and the type of amortization to be used for equipment
depreciation.
ix) Describe how your company will adapt to the changes in customer usage and increased
demand throughout the term of this contract.
x) Explain your companys ability to fill additional service requests on short notice.
xi) Describe how Proposer will conduct problem resolution between parties if contract is
awarded to multiple Proposers. How will you provide a frequency clearinghouse function
and a trouble-shooting role?
xii) Detail the Proposers level of service for ongoing support, whether on-site or remote,
including, but not limited to, your access to help desk services.
xiii) What system redundancies will you provide?
xiv)Identify office space needs for support staff and where it should be located.
xv) Comment on the Service Levels and associated penalties.
them? If not, propose alternatives.

Are you in agreement with

xvi)Describe the minimum expectations the proposer has of the Airport Authoritys level of
participation
in order to meet requirements and provide services in a timely manner and with quality
results.
xvii) What would it mean to you to have a longer or shorter contract term? Explain the benefits
both financially and as relates to customer service.
Address the following items pertinent only to Package #1:
i)

Detail your companys marketing plan for recruiting advertisements for Wi-Fi services.

ii) Describe your business plan to provide value-added services to both complimentary and
paid Wi-Fi access (examples include movie rentals, directions, mobile apps)
iii) What is your rate structure for advertisers on the Landing Page?
iv) What discount will you offer to local governments and community promotions?

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 35 OF 69

v) What is your companys philosophy on roaming and who do you have contracts with for
roaming services?
vi) What rates do you charge paid customers to utilize the Wi-Fi Network?
vii) During the contract term, if the Airport Authority wants to convert from hybrid to free access
for the traveling public, describe what the impact, including financial, would be for this
Contract.
Address the following item pertinent only to Package #2:
i)

What is your plan and timeline to acquire additional cellular carriers?

Address the following items pertinent only to Package #3:


i)

Provide your Service Levels for responding to IMAC requests.

ii)

Identify the support services you will provide for tenants and the Airport Authority.

iii)

Provide your rate card for cabling services.

Tab 3 Experience and Qualifications: Experience and Qualifications will be evaluated as:
Package #1: Wi-Fi Network and Services

Qualifications and experience implementing and managing a Wi-Fi Network as a hosted


service in airports or other high-traffic networks, including average incident response
times.

Experience selling advertising on Wi-Fi networks.

Package #2: Cellular DAS and Services

Qualifications and experience implementing and managing Cellular DAS as a hosted


service in airports or other high-traffic networks, including average incident response
times.

Experience pursuing and managing multiple cellular carrier agreements.

Experience managing and supporting commercial license bands.

Package #3: Cable Infrastructure

i)

Experience coordinating and supporting Cabling Infrastructure and Services in airports


or other high-traffic networks.

Submit information that substantiates the Proposer meet each and all of the minimum
qualifications pertinent to the respective proposed Package(s) of this RFP. Complete the
Verification of Minimum Qualifications Form or provide the required information for each
minimum qualification listed. A reference contact or document that can verify that the
Proposer has met the minimum qualifications is also required for each minimum qualification
listed in this RFP.

ii) Describe how the Proposer meets or exceeds the preferred qualifications listed in this RFP.
iii) Describe the experience the Proposer has providing similar services, including the number
of years in providing similar services.
iv) Provide at least three (3) references for similar projects, including name of establishment,
full address, dates of service, contact name and contact telephone number for reference
checks. These references are in addition to references required on the Verification of
Minimum Qualifications Form.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 36 OF 69

v) Describe the experience, certifications and qualifications of key personnel, any on-site
support staff, and the Project Manager that will be assigned to this project. Include detailed
resumes for each key personnel, on-site support staff, and Project Manager.
vi) State your total dollar volume of business for each year for the past three (3) years.
vii) State whether any contracts to which the Proposer was a party has ever been terminated
early. If so, identify which ones and provide details.
viii) State whether Proposer is a party in a legal claim or lawsuit with any client as a result of
Proposers operation of a public service. If so, describe the issues.
ix) State whether Proposer, or any entity in which Proposer has had an ownership interest, ever
had a bond or surety canceled or forfeited. If yes, state the name of bonding company, date
and amount of bond and reason for such cancellation or forfeiture.
x) State whether Proposer, or any entity in which Proposer has had an ownership interest, ever
been declared bankrupt. If yes, state date, court jurisdiction, amount of liabilities and
assets, type (i.e. Chapters 7, 11, 12, etc.), and resolution or current status.
xi) Proposers must submit a Certificate of Good Standing from the State in which their business
is domiciled or certify on its Business Information Questionnaire that it is not required to
obtain such a certificate or otherwise register with that state. If the Proposer is domiciled
outside of Michigan, the Proposer will also be required to submit a Certificate of Good
Standing from the State of Michigan or certify on its Business Information Questionnaire that
it is not required to obtain such a certificate or otherwise register with the State of Michigan.
How to obtain information regarding obtaining a Certificate of Good Standing from the State
of Michigan may be found at http://www.michigan.gov/sos/0,1607,7-127-14635-33117-F,00.html.
Tab 4 Cost Calculations:
i)

Complete the Price Form included in this RFP.

ii) Cost evaluation will consist of the following:


Package #1 and Package #2:
Proposed Minimum Concession Fee (MCF)
Financial Projections across contract term.
Package #3:
Proposed Rate Card for Tenant and Airport Authority Wiring and Cabling (IMACs)
Proposed Minimum Concession Fee (MCF) for tenant fee services
Monthly cost for preventative maintenance, break/fix remediation and support services
iii) .Evaluation will also consist of comparing a bundled pricing for all packages to separate
package contracts.
iv) In addition, the Airport Authority will consider alternative contract term lengths, based on
benefits presented in the financial impact proposed with the alternative term.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 37 OF 69

Tab 5 Disclosures:
i)

Disclose any potential Conflicts of Interest as described in the General Instructions (see
Section 1 of this RFP).

ii) Proposers must also disclose the business relationships with any affiliates such as
manufacturers, suppliers, etc., which may have an advantage on future business opportunities
due to the firms relationship with the successful Proposer.
Tab 6 Financial Statements:
A copy of Proposers latest audited, reviewed, or compiled financial statements (balance sheet,
income statement, statement of cash flows, footnotes) prepared by an independent certified
public accountant. The footnotes (sometimes referred to as Notes to the Financial Statements)
are an integral part of the financial statements and must be included with your submission. If
your company is not required by federal, state and local law, financial institutions, or company
management to have audited, reviewed, or compiled financial statements prepared by an
independent certified public accountant, you may submit an internally generated balance sheet
and income statement instead. If you are providing internally generated financial statements,
you are to complete the Financial Statement Waiver Request and submit the completed form
with your Proposal.
Tab 7 Exceptions:
Proposer shall clearly identify any proposed deviations from the language in the RFP (including
its Form of Agreement). Each exception must be clearly defined and referenced to the proper
paragraph in this RFP or its Form of Agreement. The exception shall include, at a minimum, the
Proposer's proposed substitute language and opinion as to why the suggested substitution will
provide equivalent or better service and performance. If no exceptions are noted in the
Proposer's Proposal, the Airport Authority will assume complete conformance with this
specification and the successful Proposer will be required to perform accordingly. Proposals not
meeting all requirements may be rejected.
Proposals taking exception to material
terms/conditions in the Form of Agreement (e.g. indemnification, subrogation, insurance,
ownership of documents, governmental requirements) will not be considered. The Airport
Authority reserves the right to accept or to allow the Proposer to withdraw any or all exceptions.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 38 OF 69

SECTION 6 KEY CONTRACT TERMS AND CONDITIONS


1) CONTRACT TERM: The contract(s) shall be for a maximum term of eleven (11) years, effective
upon the Notice of Award; initial five (5) year term with three (3) two (2)-year renewal options
exercisable at the sole discretion of the Airport Authority. However, the Airport Authority will
consider alternative contract terms, subject to benefits presented in the financial impact proposed
with the alternative term. It is anticipated that the contract will commence in May 2013.
2) ESTIMATED QUANTITIES: The quantities shown are estimates only, but will not constitute any
obligation or commitment for a specific amount. The Airport Authority reserves the right to increase or
decrease amounts as circumstances may require.
3) PAYMENT: Payments will be paid monthly upon satisfactory completion of all services and receipt
of accurate invoices received from the Contractor, which is subject to final approval by the Airport
Authority.
4) EQUALS: Proposals submitted which include as alternates, as equals, or on the basis of
exceptions to specific conditions of purchases and/or required specifications, must be submitted
with an attachment referencing the specific paragraph numbers and adequately defining the
exception submitted. If no exceptions are taken, the Airport Authority will expect and require
complete compliance with the brands, specifications and conditions of purchase. The Airport
Authority has the sole right to determine what constitutes an equal.
5) SAMPLES: The Airport Authority has the right to request samples from Responsive and
Responsible Proposer(s). The requested samples must be provided within two (2) business days of
the request by the Airport Authority, or the Proposal will be considered nonresponsive.
6) PROOF OF INSURANCE REQUIREMENTS: The Contractor must submit proof that they meet all
Airport Authority insurance requirements prior to receiving an executed contract and purchase
order. Proof of insurance as stated herein will be required within 5 days of request. To expedite the
process, submit a copy of your current coverage with your Proposal.
7) STANDARD INSURANCE REQUIREMENTS: Contractor, at its own expense and in its own name,
must provide and keep in force during the term of the contract, the following insurance coverages,
provided by a company(s) licensed to conduct business in the State of Michigan, acceptable to
Airport Authority, with limits not less than indicated for the respective items or as otherwise agreed.
a) Commercial General Liability Insurance, which includes coverage for premises and operations,
products and completed operations, and contractual liability covering the obligations assumed
by the Contractor to indemnify the Airport Authority under the terms of the contract Such policy
must provide liability insurance for bodily injury, property damage and personal injury on an
occurrence basis with a combined single limit of not less than One Million Dollars
($1,000,000.00 ) for each occurrence.
b) Business Automobile Liability Insurance: including owned, non-owned and hired in accordance with
the laws of the State of Michigan, which includes coverage for residual liability for bodily injury and
property damage with a combined single limit of not less than One Million Dollars ($1,000,000.00)
for each occurrence. Bodily Injury & Property Damage combined, for each occurrence. Bodily
Injury & Property Damage combined, for each occurrence.
If the Contractor does not own or use a business automobile in the performance of this contract
but uses a personal owned, non-owned or hired automobile including livery service, during the
performance of this contract, then personal vehicle insurance may be accepted in lieu of the
business automobile liability insurance required in the Standard Insurance Requirements.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 39 OF 69

All Contractors driving personal automobiles and not in the performance of this contract while
on Airport Authority premises must comply with the Michigan No Fault Law by providing
residual liability insurance. Limits of liability for bodily injury and property damage shall be
Three Hundred Thousand Dollars ($300,000.00) per occurrence.
c) Workers Compensation Insurance, as required by the State of Michigan or the state in which a
particular employee is employed or participation in any self-insured workers disability
compensation program approved by the State of Michigan or the state in which a particular
employee is employed; and Employers Liability Insurance with all limits in the amounts not less
than Five Hundred Thousand Dollars ($500,000.00).
The Wayne County Airport Authority and the County of Wayne must be included as additional
insured on both the General Liability and Automobile Liability Policies and must provide 30 days
advance notice of cancellation to Airport Authority. This must be shown on the Certificate of
Insurance. Copies of endorsements must be submitted with certificate.
To the extent that the successful Proposer may be self insured, and upon execution of the
agreement, the successful Proposer shall submit an affidavit confirming its self insured retention for
the required limits of liability, and as applicable, Certificates of Insurance for any excess insurance
coverages. The Airport Authority reserves the right to request additional documentation or
information from the successful Proposer to confirm that all insurance requirements are met to the
satisfaction of the Airport Authority.
8) OTHER REQUIRED INSURANCE:
a) Network Security Errors and Omissions Insurance which includes privacy breach coverage for
the named insured and third parties and third party crime coverage with a minimum limit of not
less that One Million Dollars ($1,000,000.00). Coverage shall be primary and non-contributory.
9) WARRANTY: All hardware and software used in providing goods and/or services requested in this
RFP will be guaranteed by the Contractor against functional, design, and workmanship defects. In
the event defects become evident within the warranty period, the Contractor will furnish
replacement hardware/software procedures, and labor as necessary, at no cost to the Airport
Authority. The Airport Authority expects the warranty period to be the term of this contract from the
date of the Airport Authoritys Certificate of Acceptance.
10) PROPERTY OF THE AIRPORT AUTHORITY: All item(s) (including drafts, photos, work papers,
prototype and the like), produced by Contractor(s) during the service of any resulting contract(s) will
become the property of the Airport Authority.
11) PROJECT ACCEPTANCE: Acceptance is predicated on all Scope of Work objectives or any other
specifically identified criteria being completed to the Airport Authoritys satisfaction.
12) PERFORMANCE REVIEW: The Airport Authority will conduct regular contract performance reviews
to ensure Contractors consistently meet all aspects of performance.
13) PERFORMANCE GUARANTEE: The successful Proposer must, upon the Airport Authoritys
execution of any agreement and prior to commencing performance, furnish to the Airport Authority
an irrevocable and unconditional Letter of Credit or Cash deposit in the amount of One Hundred
Twenty Five Thousand Dollars ($125,000.00) or 25% of projected revenue whichever is higher for
Package 1 and Package 2. The successful Proposer must, upon the Airport Authoritys execution of
any agreement and prior to commencing performance, furnish to the Airport Authority an irrevocable
and unconditional Letter of Credit or Cash deposit in the amount of Seventy Five Thousand Dollars
($75,000.00) for Package 3. The surety issuing the Performance Bonds must be authorized to
conduct business in the State of Michigan.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 40 OF 69

14) LIQUIDATED DAMAGES: The successful Proposer will establish the timeline milestone dates for a
successful transition not later than September.16, 2013. Proposers are advised that failure to meet
the milestone dates will be subject to liquidated damages as indicated in the Form of Agreement for
this RFP (See Section 2.6 of the Form of Agreement). Assessment of liquidated damages is
cumulative. Failure to meet the substantial completion milestone date for a phase does not modify
or extend any other milestone date.
15) CHANGES TO KEY PERSONNEL AND SUBCONTRACTORS: It is essential that the Contractor
provides adequate experienced personnel and subcontractors, capable of and devoted to the
successful accomplishment of work to be performed under this contract. The Contractor must agree
to assign specific individuals to the key positions.
a) Contractor agrees that once assigned to work under this contract, key personnel and
subcontractors shall not be removed or replaced without written notice to the Airport Authority.
b) If key personnel and subcontractors are not available for work under this contract for a
continuous period exceeding thirty (30) calendar days, or are expected to devote substantially
less effort to the work than initially anticipated, the Contractor shall immediately notify the Airport
Authority, and shall, subject to the concurrence of the Airport Authority, replace such personnel
with personnel of substantially equal ability and qualifications.
16) CONFLICTS OF INTEREST:
The Airport Authority reserves the right to reject a Proposal if the Proposer has a contract or other
relationship with a client that is determined by the Airport Authority to be a legal or business conflict
that is unwaivable or that the Airport Authority, at its sole discretion, is unwilling to waive.
17) RUNWAY INCURSIONS: The Federal Aviation Administration (FAA) defines a Runway Incursion as
Any occurrence at an airport involving an aircraft, vehicle, person, or object on the ground that
creates a collision hazard or results in a loss of separation with an aircraft taking off, intending to
take off, landing or intending to land.
Entering the Movement Area (i.e. runways, taxiways, etc.) without authorization from the FAA Air
Traffic Control Tower and the Wayne County Airport Authority will result in the suspension of an
assigned ID Badge and/or ramp driving privileges and could subject the Contractor or the
Contractors key personnel to permanent revocation of their airfield driving privileges
Furthermore, runway incursions may result in federal fines and/or termination of this contract.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 41 OF 69

SECTION 7 REQUIRED FORMS AND DOCUMENTATION

PROPOSAL FORM....................................................................................................................42
VERIFICATION OF MINIMUM QUALIFICATIONS FORM.........................................................44
PRICE FORM.............................................................................................................................48
BUSINESS INFORMATION QUESTIONNAIRE........................................................................52
FINANCIAL STATEMENT WAIVER REQUEST FORM.............................................................54

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 42 OF 69

PROPOSAL FORM
Failure to submit a signature binding the offer with your Proposal shall result in your Proposal
being deemed nonresponsive and rejected without any further evaluation.

TO: WAYNE COUNTY AIRPORT AUTHORITY:


The Undersigned hereby offers and agrees to furnish the goods and/or services in compliance with all
terms, scope of work, conditions, specifications, and addenda in the Request for Proposal.
ADDENDA:
The undersigned has read, understands and is fully cognizant of the Information to Proposers, Offer
and Form of Agreement, all Exhibits thereto, together with any written addendum issued in connection
with any of the above. The undersigned hereby acknowledges receipt of the following addendum(s):
_____, _____, _____, _____ (write none if none). In addition, the undersigned has completely and
appropriately filled out all required forms.
OBLIGATION:
The undersigned, by submission of this Offer, hereby agrees to be obligated, if selected as the
Contractor, to provide the stated goods and/or services to the Airport Authority, for the term as stated
herein, and to enter into an Agreement with the Airport Authority, in accordance with the Conditions,
Scope and Terms, as well as the Form of Agreement, together with any written addendum as specified
above.
COMPLIANCE:
The undersigned hereby accepts all administrative requirements of the RFP and will be in compliance
with such requirements. By submitting this Proposal Form, the Proposer represents that: 1) the
Proposer is in compliance with any applicable provisions of the Airport Authoritys Ethics Ordinance,
and 2) if awarded a contract to operate the Concession or provide the Goods and/or Services required
in the RFP, the Proposer will comply with the Airport Authoritys Ethics Ordinance.
NONCOLLUSION:
The undersigned, by submission of this Proposal Form, hereby declares that this Proposal is made
without collusion with any other business making any other Proposal, or which otherwise would make a
Proposal.
PERFORMANCE GUARANTEE:
The undersigned further agrees that if awarded the Agreement, it will submit to the Airport Authority any
required performance guarantee (i.e. irrevocable letter of credit or cash deposit).
SUBMITTAL REQUIREMENTS:
The undersigned certifies it has attached a complete response to each of the submittal requirements
listed in the Evaluation Process and Submittal Requirements section of this RFP.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 43 OF 69

PROPOSAL FORM (continued)


No Proposal shall be accepted which has not been signed:

I certify, under penalty of perjury, that I have the legal authorization to bind the firm hereunder:
For clarification of this offer, contact:
Company Name
Name:
Address (NO P.O. BOX ALLOWED)
Phone:
City

State

Zip
Fax:

Signature of Person Authorized to Sign


Email:
Printed Name
Title
Federal Tax ID
Date

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 44 OF 69

VERIFICATION OF MINIMUM QUALIFICATIONS FORM


Failure to complete this form or provide the required information for verification of minimum
qualifications will result in your Proposal being deemed nonresponsive and rejected without
further evaluation.
Note: Each Proposer must submit information that substantiates how they meet each of the minimum
qualifications listed in this RFP. Proposers may record the minimum qualification information on this
Form or provide the required information as an attachment. Also provide a reference contact or
document to verify each minimum qualification. The burden of proof relies solely upon the Proposer to
provide sufficient evidence that the Proposer, subcontractor or key personnel meet the minimum
qualifications as set forth by the Airport Authority regardless of the Proposers contractual history with
the Airport Authority.
a) Minimum Qualification
i)

Package 1: Wi-Fi Network and Services:


(1)

The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience in operations and maintenance of a Wi-Fi network and infrastructure, providing
service to a minimum of 30,000 customers per month in the past five years at commercial
airports or other large public venues.

Describe how you meet this minimum qualification:


Verification: Provide reference contact information, or documentation that verifies you
(or your subcontractor) meet the minimum qualification requirement:
Company: ___________________________________________________________________
Client Name: _____________________________ Title: ______________________________
Client Contact: ________________________________________________________________
Phone Number: ________________ Contract Start/Expiration Dates: _____________________
(2)

The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience managing and maintaining Wi-Fi network hosted services in the business of
assessing, designing, and implementing each of the services described in Section 4.1.a.

Describe how you meet this minimum qualification:


Verification: Provide reference contact information, or documentation that verifies you
(or your subcontractor) meet the minimum qualification requirement:
Company: ___________________________________________________________________
Client Name: _____________________________ Title: ______________________________
Client Contact: ________________________________________________________________
Phone Number: ________________ Contract Start/Expiration Dates: _____________________

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

(3)

PAGE 45 OF 69

The Successful Proposer or its subcontractor must have a minimum of three (3) years
experience in selling advertising and downloadable content on Wi-Fi networks.

Describe how you meet this minimum qualification:


Verification: Provide reference contact information, or documentation that verifies you
(or your subcontractor) meet the minimum qualification requirement:
Company: ___________________________________________________________________
Client Name: _____________________________ Title: ______________________________
Client Contact: ________________________________________________________________
Phone Number: ________________ Contract Start/Expiration Dates: _____________________
(4)

The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five (5) years experience
in operations and maintenance supporting a Wi-Fi network and infrastructure as described
in Section 4.1.a.

Describe how you meet this minimum qualification:


Verification: Provide documentation that verifies you (or your subcontractor) meet the
minimum qualification requirement:
Provide the name and experience of personnel on staff, who have a minimum of five (5) years
of experience and who will be assigned to the project outlined in this RFP as required in the
minimum qualifications. Also attach a copy of resume(s) illustrating that the minimum
qualifications are met. Duplicate as required:
Name: __________________________ Title: ____________________________
Resume included? Yes ____; No ____.
ii)

Package 2: Cellular DAS and Services:


(1)

The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience in operations and maintenance of Cellular DAS and services, providing service
in the past five years at commercial airports or other large public venues.

Describe how you meet this minimum qualification:


Verification: Provide reference contact information, or documentation that verifies you
(or your subcontractor) meet the minimum qualification requirement:
Company: ___________________________________________________________________
Client Name: _____________________________ Title: ______________________________
Client Contact: ________________________________________________________________
Phone Number: ________________ Contract Start/Expiration Dates: _____________________

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

(2)

PAGE 46 OF 69

The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience managing and maintaining DAS hosted services in the business of assessing,
designing, and implementing each of the services described in Section 4.1.b.

Describe how you meet this minimum qualification:


Verification: Provide reference contact information, or documentation that verifies you
(or your subcontractor) meet the minimum qualification requirement:
Company: ___________________________________________________________________
Client Name: _____________________________ Title: ______________________________
Client Contact: ________________________________________________________________
Phone Number: ________________ Contract Start/Expiration Dates: _____________________
(3)

The Successful Proposer or its subcontractor must be a neutral host and provide a
system where multiple carriers can operate.

Describe how you meet this minimum qualification:


Verification: Provide reference contact information, or documentation that verifies you
(or your subcontractor) meet the minimum qualification requirement:
Company: ___________________________________________________________________
Client Name: _____________________________ Title: ______________________________
Client Contact: ________________________________________________________________
Phone Number: ________________ Contract Start/Expiration Dates: _____________________
(4)

The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five (5) years experience
in operations and maintenance supporting Cellular DAS and providing services as described
in Section 4.1.b.

Describe how you meet this minimum qualification:


Verification: Provide documentation that verifies you (or your subcontractor) meet the
minimum qualification requirement:
Provide the name and experience of personnel on staff, who have a minimum of five (5) years
of experience and who will be assigned to the project outlined in this RFP as required in the
minimum qualifications. Also attach a copy of resume(s) illustrating that the minimum
qualifications are met. Duplicate as required:
Name: __________________________ Title: ____________________________
Resume included? Yes ____; No ____.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

iii)

PAGE 47 OF 69

Package 3: Cable Infrastructure:


(1) The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience in operations and maintenance of a cable infrastructure.
Describe how you meet this minimum qualification:
Verification: Provide reference contact information, or documentation that verifies you
(or your subcontractor) meet the minimum qualification requirement:
Company: ___________________________________________________________________
Client Name: _____________________________ Title: ______________________________
Client Contact: ________________________________________________________________
Phone Number: ________________ Contract Start/Expiration Dates: _____________________
(2) The Successful Proposer or its subcontractor must have a minimum of five (5) years
experience managing and maintaining a cable infrastructure service in the business of
assessing, designing, and implementing each of the services described in Section 4.1.c.
Describe how you meet this minimum qualification:
Verification: Provide reference contact information, or documentation that verifies you
(or your subcontractor) meet the minimum qualification requirement:
Company: ___________________________________________________________________
Client Name: _____________________________ Title: ______________________________
Client Contact: ________________________________________________________________
Phone Number: ________________ Contract Start/Expiration Dates: _____________________
(3) The Successful Proposer or its subcontractor must have personnel on staff (that will be
assigned to the contract resulting from the RFP) with a minimum of five (5) years
experience in operations and maintenance supporting the cable infrastructure, SATV,
and providing services as described in Section 4.1.c.
Describe how you meet this minimum qualification:
Verification: Provide documentation that verifies you (or your subcontractor) meet the
minimum qualification requirement:
Provide the name and experience of personnel on staff, who have a minimum of five (5) years
experience and who will be assigned to the project outlined in this RFP as required in the
minimum qualifications. Also attach a copy of resume(s) illustrating that the minimum
qualifications are met. Duplicate as required:
Name: __________________________ Title: ____________________________
Resume included? Yes ____; No ____.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 48 OF 69

PRICE FORM
Failure to complete this form and submit with your Proposal shall result in your Proposal being
deemed nonresponsive and rejected without any further evaluation.
PRICING: The proposed price shall be all inclusive which means that all related items, including labor,
travel, deliverables, tools, materials, equipment, supplies, expenses, etc. shall be factored into the unit
prices. Travel, including airfare, hotel, meals, and any other related accommodations are the Contractors
responsibility and will not be reimbursed or paid for by the Airport Authority.
Proposer shall include all cost proposals based on whether they are awarded one, two, or three of the
Packages.
For Package 1 - Wi-Fi Network and Services:
In consideration of the rights and privileges granted by the Airport Authority to the Contractor, on a
monthly basis, Contractor will pay to Airport Authority the greater of a Minimum Concession Fee (MCF),
or a designated percentage of all Gross Annual Sales, or a combination of both.
Financial Projections and Proposed Rent:
A. Proposed MCF amount for each year for a total amount over 5 years
a. Year 1: __________
b. Year 2: __________
c. Year 3: __________
d. Year 4: __________
e. Year 5: __________
f.

Total for 5 years: __________

B. Proposed Percentage of Gross Sales: __________%


C. Projected Gross Sales and Percentage Payments
Projected Gross Sales

Projected Percentage Payment

a. Year 1:

__________________

_______________________

b. Year 2:

__________________

_______________________

c. Year 3:

__________________

_______________________

d. Year 4:

__________________

_______________________

e. Year 5:

__________________

_______________________

Total for 5 yrs. __________________

_______________________

f.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 49 OF 69

Identify source of revenue as:


Wi-Fi Revenue from traveling public
Advertising/Sponsorship
ISP Services to Tenants
D. Assumptions
E. Capital Investment for expansion, upgrades, end of life maintenance
a. Year 1: __________
b. Year 2: __________
c. Year 3: __________
d. Year 4: __________
e. Year 5: __________
f.

Total for 5 years: __________

Package 2 - Cellular DAS and Services:


In consideration of the rights and privileges granted by the Airport Authority to the Contractor, on a
monthly basis, Contractor will pay to Airport Authority the greater of a Minimum Concession Fee (MCF)
or a designated percentage of all Gross Annual Sales from Provider/Carrier Service Agreements, or a
combination of both.
Financial Projections and Proposed Rent:
A. Proposed MCF amount for each year for a total amount over 5 years
a. Year 1: __________
b. Year 2: __________
c. Year 3: __________
d. Year 4: __________
e. Year 5: __________
f.

Total for 5 years: __________

B. Proposed Percentage of Gross Sales: __________%

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 50 OF 69

C. Projected Gross Sales and Percentage Payments


Projected Gross Sales

Projected Percentage Payment

a. Year 1:

__________________

________________________

b. Year 2:

__________________

________________________

c. Year 3:

__________________

________________________

d. Year 4:

__________________

________________________

e. Year 5:

__________________

________________________

Total for 5 yrs. __________________

________________________

f.

D. Assumptions
E. Capital Investment for expansion, upgrades, end of life maintenance
a. Year 1: __________
b. Year 2: __________
c. Year 3: __________
d. Year 4: __________
e. Year 5: __________
f.

Total for 5 years: __________

Package 3 - Cable Infrastructure:


The Successful Proposer will determine a monthly fee to provide the services identified in Section 4,
Cable Infrastructure Management. This fixed monthly cost paid to Successful Proposer will cover
annual preventative maintenance, Break/fix remediation and on-site support.
A. Proposed Monthly Fee:
B. On-site Support consists of:
C. Proposed Fee Structure for Cabling Service requests for IMAC. Propose fixed price for each
service, as well as hourly rates.
a.
b.
c.
d.
e.
f.
g.
h.

Location moves
Connection to SATV
Connection between tenant and network switch
Installation of a network switch and then connection to tenant
Installation of a phone jack
Wireless connectivity
Hourly Rates
Other

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 51 OF 69

D. In consideration of the rights and privileges granted by the Airport Authority to the Contractor, on
a monthly basis, Contractor will pay to Airport Authority the greater of a Minimum Concession
Fee (MCF), or a designated percentage of all Gross Annual Sales from fees collected for IMAC
cabling services, or a combination of both.
Financial Projections and Proposed Rent:
A. Proposed MCF amount for each year for a total amount over 5 years
a. Year 1: __________
b. Year 2: __________
c. Year 3: __________
d. Year 4: __________
e. Year 5: __________
f.

Total for 5 years: __________

B. Proposed Percentage of Gross Sales: __________%


C. Projected Gross Sales and Percentage Payments
Projected Gross Sales

Projected Percentage Payment

a. Year 1:

__________________

_________________________

b. Year 2:

__________________

_________________________

c. Year 3:

__________________

_________________________

d. Year 4:

__________________

_________________________

e. Year 5:

__________________

_________________________

Total for 5 yrs. __________________

_________________________

f.

D. Assumptions
Proposer shall include all cost proposals based on whether they are awarded one, two, or three
of the Packages.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 52 OF 69

BUSINESS INFORMATION QUESTIONNAIRE


Failure to complete this form may result in your Proposal being deemed nonresponsive and
rejected without any further evaluation.
NAME OF COMPANY
PRINCIPAL OFFICE ADDRESS
TELEPHONE NUMBER _____________________ FAX NUMBER_______________________________
EMAIL ________________________________ COMPANY WEBSITE____________________________
FORM OF OWNERSHIP (Check One)
Corporation

( )

LLC ( )

Joint Venture ( )

State of Incorporation/Registration

Date of Incorporation/Registration

Partnership

( ) If Partnership, select one of the following: Limited ( ) or General ( )

Individual

( )

( ) Attached is a Certificate of Good Standing from the State of Michigan


( ) Attached is a Certificate of Good Standing from the state in which this business is domiciled
( ) This business is not required to obtain a Certificate of Good Standing or otherwise register with the
State of Michigan (and its state of domicile, if different). Explain why_________________________
_______________________________________________________________________________
AIRPORT CONCESSION DISADVANTAGED BUSINESS ENTERPRISE (ACDBE)
Is firm certified by the Michigan Certifying Agency as a ACDBE? Yes ( )

No ( )

LIST OF PARTNERS, PRINCIPALS, CORPORATE OFFICERS OR OWNERS


Name

Title

LIST OF CORPORATE DIRECTORS


Name

Principal Business Affiliation


Other Than Proposer Directorship

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 53 OF 69

BUSINESS INFORMATION QUESTIONNAIRE (CONTINUED)


ADDITIONAL INFORMATION REQUIRED BY THE AIRPORT AUTHORITY
LIST OF PRINCIPAL STOCKHOLDERS (i.e., those holding 5% or more of the outstanding stock)
Name

Address

FINANCIAL DISCLOSURE/CONFLICTS OF INTEREST: Identify any contract(s), including any


contract involving an employment or consulting relationship, which the firm, or its partners, principals,
corporate officers or owners currently has with the Wayne County Airport Authority, or with any of its
board members or officers.

LATEST CREDIT RATING (Specify if other than Dun and Bradstreet)

I hereby certify that the foregoing business information is true, correct and complete:

(Name of Company)
By
(Signature)

Date

(Title)
By
(Signature)
(Title)

Date

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 54 OF 69

FINANCIAL STATEMENT WAIVER REQUEST FORM


FINANCIAL STATEMENT WAIVER REQUEST
I certify that our company is not required by anyone to have audited, reviewed, or compiled financial
statements prepared by an independent certified public accountant. The financial statements provided
with this proposal are internally generated and accurately reflect the Companys financial position.

(Name of Company)
By
(Authorized Signature)

Date

(Printed Name)
(Title)

Acknowledged before me by _____________________ (name) as ________________(title)


of _____________________(company) this ____ (day) of _________________, 20XX.

Notary Signature:
My Commission Expires:
Affix Seal

_____________________________________________
__________________________________________

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 55 OF 69

SECTION 8 FORM OF AGREEMENT

The Contractor and the Airport Authority shall both be required


to sign the attached Form of Agreement.

(If you receive this document electronically, the Form of Agreement is a separate document.)

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 56 OF 69

SECTION 9 SOLICITATION ATTACHMENTS


ATTACHMENT A: PAID AND COMPLIMENTARY WI-FI USAGE STATISTICS
ATTACHMENT B: WLAN MCNAMARA TERMINAL
ATTACHMENT C: WLAN NORTH TERMINAL
ATTACHMENT D: 800 MHZ TRUNK RADIO NETWORK INFRASTRUCTURE
ATTACHMENT E: Wi-Fi INFRASTRUCTURE EQUIPMENT LIST
ATTACHMENT F: SATV COVERAGE OVERVIEW
ATTACHMENT G: ADVERTISING STANDARDS AND GUIDELINES
ATTACHMENT H: ACDBE PROGRAM OVERVIEW, ACDBE AND NON-ACDBE
INFORMATION FORM, PROPOSED ACDBE CREDIT FORM AND
ACDBE COMMITMENT PAGE
ATTACHMENT I: SERVICE LEVEL AGREEMENTS (SLA)

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 57 OF 69

ATTACHMENT A: PAID AND COMPLIMENTARY WI-FI USAGE STATISTICS

ATTACHMENT B: WLAN MCNAMARA TERMINAL

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 59 OF 69

ATTACHMENT C: WLAN NORTH TERMINAL

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 60 OF 69

ATTACHMENT D: 800 MHZ TRUNK RADIO NETWORK INFRASTRUCTURE

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 61 OF 69

ATTACHMENT E: Wi-Fi INFRASTRUCTURE EQUIPMENT LIST

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

PAGE 62 OF 69

ATTACHMENT F: SATV COVERAGE OVERVIEW

ATTACHMENT G: ATTACHMENT ADVERTISING STANDARDS AND GUIDELINES

Wayne County Airport Authority Uniform Advertising


Standards & Guidelines
I.

All advertising, advertising copy, advertising materials and manners of commercial presentation
(Advertisements) for advertising displays, sponsorship programs or the like, used at the
Detroit Metropolitan Wayne County Airport (Airport) will be subject to the approval of the
Wayne County Airport Authority (Airport Authority) Chief Executive Officer or his/her designee.

II. Any Advertisements used or placed near the Transportation Security Administration (TSA)
Security Screening Checkpoints cannot relate to any equipment, supplies, or services
associated with the checkpoints.
III. The mix of travelers must be considered when developing appropriate advertising content.
Advertisements must be:
a. Unobtrusive, so as to not interfere with core business functions of the Airport or its
stakeholders.
b. Non-offensive, non-controversial. Advertising that is considered lewd, profane, and political
or religious in nature will not be accepted by the Airport Authority.
IV. Any Advertisement that fails to comply with these Guidelines shall be promptly removed or
replaced if so directed by the Airport Authoritys Chief Executive Officer or his/her designee.
V. Advertisements shall be of quality materials which take into consideration the facilitys purpose,
design and aesthetics.
VI. These Guidelines may be amended from time to time at the sole discretion of the Airport
Authority.

ATTACHMENT H: ACDBE PROGRAM OVERVIEW, ACDBE AND NON-ACDBE


INFORMATION FORM, PROPOSED ACDBE CREDIT FORM AND ACDBE
COMMITMENT PAGE
WAYNE COUNTY AIRPORT AUTHORITY AIRPORT CONCESSION DISADVANTAGED
ENTERPRISE BUSINESS (ACDBE) PROGRAM OVERVIEW
FORM: AIRPORT CONCESSION DISADVANTAGED ENTERPRISE BUSINESS (ACDBE)
AND NON-ACDBE INFORMATION FORM
INSTRUCTIONS FOR COMPLETING THE ACDBE AND NON-ACDBE INFORMATION
FORM
PROPOSED ACDBE CREDIT FORM SERVICES SUBCONTRACTOR / JOINT
VENTURE PARTNER / SUPPLIER
INSTRUCTIONS FOR COMPLETING THE PROPOSED ACDBE CREDIT FORM
SERVICES SUBCONTRACTOR / JOINT VENTURE PARTNER / SUPPLIER
ACDBE COMMITMENT PAGE

(If you receive this document electronically, the ACDBE Program Overview and Required Forms are a
separate document.)

ATTACHMENT I: SERVICE LEVEL AGREEMENTS


SERVICE LEVEL AGREEMENTS (SLA): There are specific technical requirements for
Service Level Agreements (SLAs) that if not met, shall result in penalties. Services must be
available in these designated areas 24 hours per day/7 days per week/365 days per year
uptime, except for approved scheduled maintenance. Technical support must be available 24
hours per day/7 days per week/365 days per year. SLAs are identified for each of the three
service packages of the WCCS.
SLA Criteria: The following table sets forth the specific SLA criteria against which the
Contractors performance penalties under the Contract will be determined. In the event the
Contractor fails to achieve the stated SLA, and unless waived by the Vice President of
Technology Services, the contractor will pay the Authority the relevant damage amount shown
below in Table 1 SLA Penalties.
Performance Waiver: The Contractor may request in writing that the damage amount be
waived. Such a request must include an explanation of the problem that led to the failure to
achieve the SLA, and offer a plan to remedy the problem. After a review of the written request,
and at the sole discretion of the Vice President of Technology Services, the damage amount
may be waived.
Penalty Payment: The Contractor should include any penalty payments, as identified in their
SLA Compliance Report, in their monthly payment to the Authority.
Package
Reference
Package # 1: Wi-Fi

Package # 1: Wi-Fi

Table 1 SLA Penalties


SLA Criteria
Measurement
Service availability
rate must be 99.9%.

Contractor must
provide a monthly
report showing
service availability
rates. The SLA is
99.9% averaged over
the month.

Guaranteed response
time in the event of a
service issue or
outage shall be 2
hours. Response
time is defined as
answering the call,
determining the issue
and setting up
remediation efforts.

Contractor shall
provide a monthly
report showing actual
response times.

Penalty Amount
If average is below 99%,
penalty is $500/hr until
remedied.
If average is between
99%-99.9%, Contractor
will provide a
remediation plan and will
be given one month to
correct. If improvement
not made, Contractor will
pay penalty of $500/hr
until remedied.
If average is more than 2
hours greater than 90%
of the time, a penalty of
$500 hr/per incident will
be assessed.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

Package
Reference
Package # 1: Wi-Fi

Package # 1: Wi-Fi

PAGE 66 OF 69

Table 1 SLA Penalties


SLA Criteria
Measurement
Guaranteed
remediation time in
the event of a service
issue or outage shall
be 4 hours.
Remediation is
defined as resolving
the problem and
restoring service.
Remediation can
include the
substitution of a
temporary solution
while equipment is
ordered or other
circumstances are
being addressed. In
a full system outage,
Contractor is
expected to work 24 x
7 until the system is
restored.
Wi-Fi service will
operate at a
download speed not
less than 1.5 Mbps
for Complimentary
Wi-Fi access and not
less than 3.0 Mbps
for Paid Wi-Fi access
and Employee
access.

Package # 1: Wi-Fi

Network bandwidth
utilization must not
exceed the 60%
threshold.

Package # 1: Wi-Fi

Infrastructure
documentation must
be updated within
three (3) days of a
change.

Penalty Amount

Contractor shall
provide a monthly
report showing actual
remediation times.

In event of a full system


outage, Contractor will
pay penalty of $500 for
each hour beyond the 4
hour Service Level.
For a partial system
outage, Contractor will
pay penalty of $300 for
each hour beyond the 4
hour Service Level.

Each month, the


Authority will
randomly test 10
area locations, 3
times each, and
report results to
Contractor.
Contractor will have
24 hours to resolve
and if an additional
test shows degraded
service, penalties will
be assessed.
Bandwidth utilization
will be verified by
router utilization
reports as a monthly
average.
Random checks

Penalties for speeds


below the service level,
Contractor will be
assessed $50/hr for
each area affected. If
unresolved, the amount
will double and
compound each
following day.

Penalty for exceeding


threshold is
$100/percentage point.
Penalty for delayed
documentation is
$50/day.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

Package
Reference
Package # 1: Wi-Fi

Package # 1: Wi-Fi

PAGE 67 OF 69

Table 1 SLA Penalties


SLA Criteria
Measurement
Reports must be
submitted timely per
established due
dates.
Contractor must
follow the Authoritys
change management
process.

Package # 2:
Cellular DAS

Service availability
rate must be 99.9%.

Package # 2:
Cellular DAS

Guaranteed response
time in the event of a
service issue or
outage shall be 2
hours. Response
time is defined as
answering the call,
determining the issue
and setting up
remediation efforts.

Penalty Amount

Date of submittal

Penalty for delayed


reports is $50/day per
report.

Contractor submits a
report with all
changes made.
Authority will match
against change
management
approvals.
Contractor must
provide a monthly
report showing
service availability
rates. The SLA is
99.9% averaged over
the month.

Penalty is $500/per
change made outside
change management
process.

Contractor shall
provide a monthly
report showing actual
response times.

If average is below 99%,


penalty is $500/hr until
remedied.
If average is between
99%-99.9%, Contractor
will provide a
remediation plan and will
be given one month to
correct. If improvement
not made, Contractor will
pay penalty of $500/hr
until remedied.
If average is more than 2
hours greater than 90%
of the time, a penalty of
$500 hr/per incident will
be assessed.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

Package
Reference
Package # 2:
Cellular DAS

Package # 2:
Cellular DAS

Package # 2:
Cellular DAS

Package # 2:
Cellular DAS
Package # 3:
Cabling Services

PAGE 68 OF 69

Table 1 SLA Penalties


SLA Criteria
Measurement
Guaranteed
remediation time in
the event of a service
issue or outage shall
be 4 hours.
Remediation is
defined as resolving
the problem and
restoring service.
Remediation can
include the
substitution of a
temporary solution
while equipment is
ordered or other
circumstances are
being addressed. In
a full system outage,
Contractor is
expected to work 24 x
7 until the system is
restored.
Network bandwidth
utilization must not
exceed the 60%
threshold.
Infrastructure
documentation must
be updated within
three (3) days of a
change.
Reports must be
submitted timely per
established due
dates.
Guaranteed response
time in the event of a
service issue or
outage shall be 2
hours. Response
time is defined as
answering the call,
determining the issue
and setting up
remediation efforts.

Penalty Amount

Contractor shall
provide a monthly
report showing actual
remediation times.

In event of a full system


outage, Contractor will
pay penalty of $500 for
each hour beyond the 4
hour Service Level.
For a partial system
outage, Contractor will
pay penalty of $300 for
each hour beyond the 4
hour Service Level.

Bandwidth utilization
will be verified by
router utilization
reports as a monthly
average.
Random checks

Penalty for exceeding


threshold is
$100/percentage point.

Date of submittal

Penalty for delayed


reports is $50/day per
report.

Contractor shall
provide a monthly
report showing actual
response times.

If average is more than 2


hours greater than 90%
of the time, a penalty of
$500 hr/per incident will
be assessed.

Penalty for delayed


documentation is
$50/day.

WAYNE COUNTY AIRPORT AUTHORITY


REQUEST FOR PROPOSALS #130025

Package
Reference
Package # 3:
Cabling Services

Package # 3:
Cabling Services

Package # 3:
Cabling Services

Package # 3:
Cabling Services

Package # 3:
Cabling Services

Package # 3:
Cabling Services

PAGE 69 OF 69

Table 1 SLA Penalties


SLA Criteria
Measurement
Guaranteed
remediation time in
the event of a service
issue or outage shall
be 4 hours.
Remediation is
defined as resolving
the problem and
restoring service.
Remediation can
include the
substitution of a
temporary solution
while equipment is
ordered or other
circumstances are
being addressed.
Preventative
maintenance on
SATV must be
performed quarterly.
Guaranteed response
time for a new work
request from a tenant
is 24 hrs. to schedule
a review and
submittal of a
proposal within 3
business days of
review.
Contractor must have
resources available to
begin new work for
tenants within 3 days
of tenant approval of
proposal.
Infrastructure
documentation must
be updated within
three (3) days of a
change.
Reports must be
submitted timely per
established due
dates.

Penalty Amount

Contractor shall
provide a monthly
report showing actual
remediation times.

Contractor will pay


penalty of $300 for each
hour beyond the 4 hour
Service Level.

Contractor shall
include the quarterly
preventative
maintenance in their
monthly reports.
Contractor shall
provide a monthly
report showing actual
response times.

Contractor will pay


penalty of $250/day for
each day beyond the
quarterly due date.

Contractor shall
provide a monthly
report showing actual
activity times.

Contractor will pay


penalty of $50/day
beyond the 3 day service
level.

Random checks

Penalty for delayed


documentation is
$50/day with a 3 day
grace period provided.

Date of submittal

Penalty for delayed


reports is $50/day per
report.

Contractor will pay


penalty of $50/day if not
responding within 24 hrs
and $50/day if not
submitting proposal per
service level.

Das könnte Ihnen auch gefallen