NEW REQUESTS FOR PROPOSALS TO DEVELOP AND OVERSEE BAGGAGE CART RENTAL CONCESSION at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA Dated December 11, 2014 SCHEDULE ACTIVITY (All times are EST) DATE Issue RFP December 19, 2014 Deadline for Submission of Written Questions by 12:00 p.m. December 30, 2014 Proposals are Due by 12:00 p.m. January 15, 2015 Evaluation of Proposals Week of January 19th, 2015 City Council Date February 9, 2015 Estimated Start Date March 2, 2015 Pursuant to this Request for Proposals (“RFP”), Charlotte Douglas International Airport (“CLT” or “Airport”), which is owned and operated by the City of Charlotte, North Carolina, is seeking proposals from qualified and experienced companies interested in developing and overseeing CLT’s baggage cart rental concession. Proposers are required to submit five (5) hardcopy proposals (unbound, three-hole punched) and one (1) electronic copy (on a flash drive) by no later than JANUARY 15, 2015 BY 12:00 p.m., according to CLT’s clock (“Proposal Due Date”). Proposals must be submitted in one of the following two (2) ways: 1. Proposers may mail their submissions by UPS to Charlotte Douglas International Airport; Attn: Lorraine Harrison, RFP Project Manager, 5601 Wilkinson Blvd. Charlotte, NC 28208. 2. Proposers may hand deliver their submissions between 11:00 a.m. and 12 Noon, by CLT’s clock, on January 15, 2015, to Lorraine Harrison at CLT Center, located at 5601 Wilkinson Blvd. Charlotte, NC 28208. 1 This RFP includes the information, requirement and forms necessary for a complete and responsive proposal. Prior to the proposal due date, any questions concerning the RFP may be submitted in writing to Lorraine Harrison. Answers to all written questions will be provided by written addendum. All addenda will be posted on CLT’s website, http://charmeck.org/city/charlotte/Airport/AboutCLT/Pages/AdsForBids.aspx , and it will be the responsibility of the proposer to frequently check for such additions. In case any proposer fails to acknowledge opening of any such addenda in the space provided in Attachment B, its proposal will nevertheless be construed as though the addenda had been received and acknowledged, and submission of a proposal shall constitute acknowledgement of the opening of the same. Proposers may not rely upon and the Aviation Director, or his designee, will not make any oral representations regarding this RFP. 2 Table of Contents BACKGROUND ............................................................................................................................................ 5 CLT Overview & Statistics ........................................................................................................................ 5 SCOPE OF SERVICES .................................................................................................................................. 5 Operations: General .................................................................................................................................... 7 ELIGIBILITY AND DISQUALIFICATION OF PROPOSERS.................................................................... 8 Initial Eligibility of Proposers ..................................................................................................................... 8 Acknowledgement of Proposer ................................................................................................................... 8 Disqualification of Proposal........................................................................................................................ 9 PROPOSAL FORMAT AND SUBMISSION REQUIREMENTS ................................................................ 9 Format ......................................................................................................................................................... 9 Submission Requirements ........................................................................................................................... 9 SELECTION CRITERIA.............................................................................................................................. 10 AWARD OF CONTRACT ........................................................................................................................... 10 MISCELLANEOUS ..................................................................................................................................... 11 Interpretation of the RFP........................................................................................................................... 11 Consent to Investigate ............................................................................................................................... 11 City’s Right to Cancel, Reject, Modify or Reissue RFP ........................................................................... 11 Attempts to Influence Selection Process ................................................................................................... 11 Proposer’s Cost of Proposal Preparation................................................................................................... 11 Ownership and Public Records ................................................................................................................. 11 Representation by Brokers ........................................................................................................................ 12 Disclaimer ................................................................................................................................................. 12 ATTACHMENTS ......................................................................................................................................... 12 Attachment A ............................................................................................................................................ 12 Cover Letter .......................................................................................................................................... 12 Attachment B ............................................................................................................................................ 14 Acknowledgement of Addenda ............................................................................................................. 14 Attachment C ............................................................................................................................................ 15 Company Information Statement .......................................................................................................... 15 Attachment D ............................................................................................................................................ 16 3 ADBCE Form 3..................................................................................................................................... 17 ACDBE Form 4..................................................................................................................................... 18 ACDBE Form 6..................................................................................................................................... 19 Attachment E............................................................................................................................................. 20 Form Concession Agreement ................................................................................................................ 20 Attachment F............................................................................................................................................. 21 Non-Discrimination Certification ......................................................................................................... 21 Attachment G ............................................................................................................................................ 22 Facility Drawings .................................................................................................................................. 22 4 BACKGROUND CLT Overview & Statistics CLT is owned and operated by the City and is one of the fastest growing airports in the Country. CLT served more than 43 million passengers in Calendar Year (CY) 2013, and currently ranks as the 8th busiest airport in North America, based on passenger traffic, and sixth in aircraft movements. CLT is served by six major air carriers, 14 regional air carriers and three foreign flag air carriers that together provide more than 700 daily departures from CLT to 147 nonstop destinations, including 37 international destinations. CLT is also American Airlines’ second largest hub. CLT is currently comprised of one passenger terminal with five concourses (A, B, C, D and E) totaling more than 1.8 million square feet. Approximately 75 percent of the Airport’s passengers are transfer traffic with an average dwell time of 135 minutes. Median household income of CLT’s frequent traveler is $129,600. CLT’s role in the transportation system is to provide an infrastructure platform upon which the private sector—airlines, rent-a-car companies, concessionaires, and others—operate their businesses. Those businesses provide over 20,000 jobs and produces more than $12 billion in annual economic impact. CLT, which operates as an Enterprise Fund, is financially self-sufficient and does not rely on general taxpayer support. CLT’s mission is to be the preferred airport and airline hub by providing the highest quality product for the lowest possible cost. CLT continuously achieves its mission through a cost-effective business model, resulting in one of the lowest cost per enplaned passenger of $0.77. The median large hub airline cost per enplaned passenger is $9.97. In 2010, Charlotte Douglas International Airport was awarded the prestigious Eagle Award from the International Air Transport Association (IATA) for “Best Airport”. This accolade is accepted in the aviation industry as the most distinguished of awards by recognizing productivity, transparency and best value for money performance by airports. Currently underway is a five-year, $1 billion Capital Improvement Program to include various expansion projects to accommodate current and future passenger growth. These include a new Entrance Road, Hourly Parking & Rental Car Deck, Onsite Intermodal Facility, Fourth Parallel Runway, Concourse Expansion, International Terminal, additional Valet Deck and Terminal Roadway & Lobby Expansion. SCOPE OF SERVICES 1. 2. 3. 4. The selected proposer must be able to provide no less than 400 baggage carts in the Federal Inspection Service (FIS) area while in operation. And the selected proposer must also provide ample carts to the remainder of the terminal complex and parking deck, such minimum number to be proposed by selected proposer. The selected proposer must be able to retrieve carts and restock vending units on a daily basis – including nights, weekends, and holidays. The selected proposer must inspect carts and vending units daily to ensure operational functionality and cleanliness. The selected proposer’s currency change machines must have the ability to accept at least 5 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. three major credit cards; and have the ability to accept one dollar ($1.00) and five dollar ($5.00) bills (PCI compliant units). The selected proposer should propose a reasonable rate for use of the baggage cart, consistent with the prevailing market conditions. The selected proposer must provide all necessary equipment for cart movement, repair, and cleaning (see Performance Standards below). Must be able to relocate/install equipment where needed, as determined by the Airport. The Airport is continuously expanding; therefore there may be opportunity for more units. Currently, the newest expansion is the parking deck that opened November 2014. The selected proposer must maintain an adequate number of battery-powered dispensing devices, and sufficient number of reserve batteries, to provide continuous service in the event of temporary relocations due to Airport construction. The selected proposer must comply with all airport security rules and regulations as issued from time to time by the TSA, FAA, City, or other Governmental agencies. The selected proposer shall ensure that the devices are maintained throughout the Agreement in new or like new condition. Equipment must be durable and aesthetically pleasing. The units must be able to stand up to extreme temperatures and occasional damages by airport patrons. More specifically, carts should conform to the following standards: (a) be “push” design, (b) have wheels made of non-marring material, and (c) have bumpers to protect walls, doors, counters, display fixtures, etc. from damage caused by cart impact. The selected proposer must provide an on-site manager for oversight of the concession and staff. The selected proposer must provide 24/7/365 support service options (including a 24 hour toll free customer service number). The selected proposer must be available, by phone and/or in person, to answer passenger inquiries, and that requests for assistance with the devices are responded to immediately (and not later than 30 minutes from the time of the call for assistance) throughout the hours of Airport operations. The selected proposer must ensure that requests for assistance with the carts are responded to immediately (not later than 30 minutes from the time of the call for assistance) throughout the hours of airport operations. The selected proposer’s management staff must have the ability to obtain a CLT SIDA badge with a Customs Seal. All other staff must have the ability to obtain a Charlotte SIDA badge. The City shall be entitled to place advertisements on the baggage carts with advertising panels. All installation and removal of advertisements are the responsibility of the City, following the Company’s approved procedures. All revenue resulting from such advertising sales belong to the City. The selected proposer must report sales and revenue from cart rentals (see Performance Standards). Performance Standards 1. Installation, Maintenance & Repair: All installation, maintenance and repair will be the responsibility of and at the sole expense of the selected proposer. 2. Reporting: Each month the selected proposer must provide to CLT a report outlining all sales and revenue from cart rentals. 3. Storage and Office Space. Upon request and where available CLT will provide storage or office space to the selected proposer. However, space at the airport is at a premium and in order to best be able to support such request, any need of storage space or office space, including the approximate square feet needed, must be included as part of the proposal. 6 Compensation to the City 1. Concession Revenue per Cart Usage: Proposers must provide a monetary amount per cart usage (PCU), charged to the customer, in which they anticipate attaining at CLT. 2. Percent of Gross Revenues: Proposer must also propose the percentage of gross revenues to be paid to CLT. “Gross Revenues” is defined as all income collected under the rights granted in the Concession Agreement without deductions for taxes, fees or licenses. Capital Investment and Premises The baggage cart concession premises will be available to the selected proposer in an “as is” and “where is” condition. Any necessary changes or additions must be financed by the selected proposer; however, at the end of the contract term any changes or additions will be property of the City. As part of the proposal, a list of suggested capital improvements including the estimated cost to the proposer and the expected amount of increase in revenue due to the improvement must be included. Prior to any changes or additions, CLT’s approval must be received and the addition of space may result in the loss of another location. Facility drawings showing locations of current baggage cart installations are attached hereto as Attachment G. Operations: General Contract Term The term of the Concession Agreement will be five years with two options for one year extensions and will only be effective after approval by the City Council. Proposer will be required to sign a contract between the City and itself. Management Proposers must provide a local manager to oversee and support the baggage cart concession program at CLT. This individual, or his/her designee, must be accessible by phone 24/7/365 days a year and must be available to oversee the staff. This individual will be the primary point of contact for CLT and will be responsible for ensuring that all activities of the Concession meet airport approval. Airport Concession Disadvantaged Business Enterprise (“ACDBE”) Program Proposer will be obligated under the Concession Agreement to participate in CLT's ACDBE Program, which provides opportunity for direct ACDBE participation in the operation of the CLT’s Concessions. The ACDBE participation goal for this agreement is zero percent (0%). As part of the ACDBE Program, proposer is required to submit ACDBE form 3 with its Proposal. ACDBE instructions and form copies of ACDBE Forms 3, 4, and 6 are attached hereto as Attachment D. Form Concession Agreement A form Concession Agreement is attached hereto as Attachment E. The form Concession Agreement is provided in draft format and is subject to change as deemed necessary by Airport. Sustainable Design Airports compete in a growing world with diminishing natural resources. To gain a competitive edge, they need to adapt to do more with less. Sustainability is based on a simple principle: Everything that we need for our survival and well-being depends, either directly or indirectly, on our natural environment. Sustainability interfaces with economics through the voluntary trade consequences of 7 economic activity. CLT has chosen to embrace and incorporate sustainability into its daily operations, moving the Airport towards a sustainable future. CLT’s sustainability program encompasses a wide array of accepted sustainable design standards and principles from local, regional, and international levels. Its initiatives show and provide a balance between society and the environment, and contribute to the local economy. A proposal should include a sustainability plan for the Concession. This could include such things as the use of energy saving lights, energy star certified equipment or paper products containing recycled material. Further, the solicitation of baggage cart concession promoting green minded companies and any other sustainability based ideas are encouraged to be included in the proposal. Taxes, Licenses and Permit Fees The selected proposer will be responsible for any applicable taxes, licenses, permit fees or other applicable costs associated with the Concession that may be levied by the City, County, State, Federal or other agencies. ELIGIBILITY AND DISQUALIFICATION OF PROPOSERS Initial Eligibility of Proposers Experience Proposers for must be able to demonstrate at least five (5) years of experience specific to on property airport baggage cart rental. Only those companies that, during the past five years, contracted for baggage cart rental services with at least one airport that during the course of the contract was a top 15 airport as defined by total number of passengers, are eligible. The services contracted for must be on property for the scope of services. If a company was formed within the last five years, then the controlling interest of ownership or management must meet these requirements. Financial Capacity Proposer is expected to have the financial ability to move forward with the Concession, however, proposer’s financials will not be a required part of the RFP. Upon inspection of the proposals, CLT reserves the right to request any and all financial material it deems relevant in assessing the validity of the proposal. Outstanding Claims and Litigation Proposers are not eligible if at the time of submission the proposer, or any individual or entity of proposer, is in default, has any past due amounts or arrearages or is in breach of contract with any previous or existing contract with the City. Further, the City also has the right to disqualify any proposer who includes in its proposal a subcontractor with whom the City has any existing or pending litigation if the City deems that such litigation may adversely affect the ability for the parties to effectively work together. Acknowledgement of Proposer Proposers shall thoroughly examine and become familiar with this RFP, including attachments, and any addendum that may be issued. The failure or the neglect of a proposer to receive or examine any 8 RFP document shall in no way relieve it from any obligation with respect to its proposal or the obligations that flow from making a successful proposal. No claim based upon a lack of knowledge or understanding of any document or its contents shall be allowed. Disqualification of Proposal Without in any way limiting the Airport’s right to reject any or all proposals, proposers are advised that any of the following may be considered as sufficient cause for the disqualification of a proposer and the rejection of a proposal: (i) failure to meet initial eligibility requirements; (ii) submission of more than one proposal by an individual, firm, partnership or corporation under the same or different names, including the names it does business under; (iii) evidence of collusion among proposers; (iv) improper communication as described in Section VII D, below. Proposals will be considered irregular and may be rejected for omission, alterations of form, additions not called for, conditions, limitation, unauthorized alternate proposals or other irregularities of any kind. All of the foregoing notwithstanding, however, CLT reserves the right to waive any such irregularities. PROPOSAL FORMAT AND SUBMISSION REQUIREMENTS Format The format of the RFP is up to the proposer, except for the forms that are listed below as Attachments A, B, C, D, and F. However, the proposer must, at the least, include the following: 1. Cover Letter – Attachment A 2. Addendum Acknowledgement – Attachment B 3. Company Information Statement – Attachment C 4. Operating Plan 5. Background and Experience 6. ACDBE Form 3 – Attachment D 7. Non-Discrimination Form – Attachment F 8. Professional References 9. Other information proposer deems relevant 10. Exceptions requested by proposer to any of the RFP requirements Submission Requirements Submission Instructions Responders must provide five (5) hardcopies and an electronic copy of their proposal no later than JANUARY 15, 2015 by 12:00 PM in the manner described on page 1 of the RFP. Amendment of Proposal Amendment of a submitted proposal may occur at any time prior to the submission deadline by written request. Amendments will only be accepted through the submission of completely new materials that meet the requirements set forth in the Submission Instructions section above. 9 Withdrawal of Proposal Withdrawal of the proposal may occur at any time prior to the submission deadline by written request. Withdrawal of one proposal will not preclude the submission of another timely proposal but no withdrawal will be allowed after the submission deadline. SELECTION CRITERIA Category & Description Compensation to the City CLT will consider both the amount of compensation the proposer estimates CLT will receive as well as the proposed capital investment (where applicable). Background and Experience CLT hopes to work with an experienced and qualified company. All proposers must meet the minimum qualifications described above. Preference will be awarded based on the extent of the proposers experience and ability to meet the other qualifications. Operations Plan The effectiveness and efficiency of the Concession will be evaluated based on the Operations Plan. Preference will be awarded based on how the proposal covers the areas of focus, outlined in the Operations section. ACDBE Compliance CLT strives to always meet its ACDBE goals. Preference will be awarded based on CLT’s assessment of the proposal’s ability to meet their ACDBE goal as provided in the proposal. Strength of Professional References Compliance with the Requirements of the RFP AWARD OF CONTRACT Upon review and evaluation of all qualifying proposals, including any interviews that the Airport may elect to require, the selection committee will select the proposer(s) and proposal(s) that it determines, in its absolute discretion, would best provide the Concession. The Procurement Department will inform the selected proposer(s) that it has been selected, subject to final agreement on all terms and conditions of the Concession Agreement. Upon Proposer’s execution of such Concession Agreement, the Aviation Director shall submit it to City Council for approval. If the Aviation Director and the selected proposer(s) are unable to agree on the final terms, the selected proposer(s) will be excused from further consideration and CLT may, at their option, select another proposer(s). Until the Agreement and all supporting ancillary documents have been approved by the City Council and executed by the Aviation Director, the City shall have no obligations hereunder. 10 MISCELLANEOUS Interpretation of the RFP All questions concerning interpretation of the RFP documents must be made in writing to Lorraine Harrison at procurement@cltairport.com no later than 12:00 p.m. on December 30, 2014. Interpretations and answers to general questions will only be made by written addenda. The City shall not be responsible for any other explanation or interpretation. Consent to Investigate The selection of the proposer will be based on a thorough investigation into the areas of interest expressed in the RFP. As part of that, the City may request the proposers to provide such things as, but not limited to, financial records, information on managing partners or participation in an interview process. By submitting a proposal, each proposer consents to any investigation the City deems necessary. City’s Right to Cancel, Reject, Modify or Reissue RFP The City, in its sole discretion, reserves the right to modify, cancel, reissue or take any other action it deems necessary in the issuance of this RFP. Further, the City also reserves the right to reject any or all proposals submitted. Prior to the execution of the Concession Agreement, no action taken by the City may be inferred or construed to give rise to any obligation by the City. Attempts to Influence Selection Process Except for clarifying written questions sent to the Airport, all proposers, including any and all persons acting on their behalf, are strictly prohibited from contacting elected or appointed City officials, officers, employees, or Airport Advisory Committee Members on or regarding any matter relating to this RFP from the time the RFP is issued until the start of the open business meeting at which City Council is asked to approve the Concession Agreement. Proposer’s Cost of Proposal Preparation Proposers are responsible for any and all costs associated with the proposal process including, but not limited to, the creation of the proposal and any interviews (if applicable). The City will not accept any promotional items as part of the proposal process and any such items included will be returned to the proposer at its own cost. Ownership and Public Records All proposals and supplementary material provided as part of this process will become the property of the City. Proposers are advised that all information included in the material provided may become available to the public under North Carolina’s Public Records Law. 11 Representation by Brokers The City will not be responsible for any fees, expenses or commissions for brokers or their agents. Communications by or between employees of or contractors to the City and any potential or actual respondent broker or agent are not to be construed as an agreement to pay, nor will the City pay any such fees, expenses or commissions. By submitting its proposal, respondent agrees to hold the City harmless from any claims, demands, actions or judgments in connection with such broker fees, expenses or commissions. Disclaimer The information contained in this RFP and attachments, hereto, and any addendum that may be issued, are provided to assist prospective proposers in the preparation of proposals. The information has been obtained from sources thought to be reliable, but the City and its elected officials, officers, employees, agents and contractors, are not liable for the accuracy of the information or its use by prospective respondents. 12 ATTACHMENTS Attachment A Cover Letter PROPOSAL to DEVELOP AND OVERSEE BAGGAGE CART RENTAL CONCESSION at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT Proposer Name: Compensation Per Cart Usage $ Percentage of Gross Revenues % Proposed Capital Investment $ Acknowledgment The following proposal is hereby submitted by the entity signed below in accordance with all terms and conditions as set forth in the Request for Proposals issued by the City of Charlotte for the right and obligation to develop and oversee the Baggage Cart Rental Concession at Charlotte Douglas International Airport. Name of Proposer: By (Signature): By (Name): By (Title):_ Phone: ( ) - Mailing Address: Email Address: 13 Attachment B Acknowledgement of Addenda Proposer hereby acknowledges receipt of all Addenda through and including: Addendum No. , dated . Addendum No. , dated . Addendum No. , dated . Addendum No. , dated . Addendum No. , dated . Addendum No. , dated . Addendum No. , dated . However, submission of this proposal acts as acknowledgement of all addenda regardless on if such is specifically noted above. Proposer: Authorized Signature: Print Name: 14 Attachment C Company Information Statement Name of Firm: Principle Office Address: Telephone Number: ( ) - Form of Business Entity (check one): ( ) Corporation ( ) Partnership ( ) Individual ( ) Joint Venture Date of Formation: Principal Location: Is the proposer authorized to do business in North Carolina: ( ) Yes ( ) No If so, as of what date: Furnish the name, title, and address of each director, partner or principal of the proposer: Name Title Address 1. 2. 3. 4. 5. 15 Attachment D ACDBE INSTRUCTIONS AND FORMS After Proposal Submission Proposal Submission Document Document Description Submission Requirements ACDBE Form 3 Utilization Commitment Identifies all subcontractors, suppliers, manufacturers, brokers and/or members of a joint venture to be utilized on the contract. ACDBE Form 4 Letter of Intent Proposers must submit a separate Letter of Intent executed by each ACDBE firm listed on ACDBE Form 3 that the Proposer will use on the Contract. Copy of subcontract Agreements Copy of signed contract for each Before the said subcontractor starts subcontractor the Contractor uses in doing work for this contract. this contract. Highlight text that mentions the non-discrimination, retainage, and prompt payment assurances. ACDBE Form 6 Payment Affidavit Contractor shall provide a payment or revenue report showing payments made to all subcontractors, suppliers, manufacturers, brokers, and members of a joint venture in connection with the Contract (ACDBEs and non ACDBEs). 16 With Proposal Package The City will request this form from finalist for contract award. Must submit within three (3) business days after requested by the City. Upon award of Contract, submitted on a monthly base with the pay request to the City, for duration of the project. List ALL subcontractors (ACDBEs and non-ACDBEs). ADBCE Form 3 ACDBE Form 3 - Subcontractor / Supplier Utilization Commitment Submit this form with Proposal package Copy this Form 3 as needed, to document additional Subcontracting commitments. Indicate page # range: Page of Proposer Name: Proposer Address: Project Name: Project Number: Established ACBE Goal: To Be Negotiated 1. List below all ACDBEs that you have identified so far, as intending to use on this contract ACDBE Vendor Name & Address Description of work / materials 2. List below all Non-ACDBEs that you intend to use on this contract Vendor Name & Address Description of work / materials A. Total Subcontractor/Supplier Utilization (ACDBEs and NonACDBEs): B. Total Subcontractor/Supplier ACDBE Utilization: C. Percent ACDBE Util. % (B÷A): NAICS Code Reporting Number Total Projected Utilization ($) NAICS Code Reporting Number Total Projected Utilization ($) $ $ Must be rounded to two (2) decimal places Signature: Your signature below indicated that the undersigned Company certifies and agrees that: a) It is willing to comply with the City’s ACDBE Program and negotiate ACDBE participation in good faith. Signature of Authorized Official Printed Name Title 17 Submitted Date ACDBE Form 4 ACDBE Form 4 - Letter of Intent Letter of Intent must be executed by both the ACDBE subcontractor and the Bidder/Proposer Contract Name: Contract Nº: To be completed by the Bidder Name of Bidder: Address: Contact Person: Email: Telephone: Fax: Identify the scope of work to be performed or item(s) to be supplied by the ACDBE: Reporting #: NAICS Code #: Cost of work to be performed by ACDBE: $ To be completed by ACDBE Name of ACDBE: Address: Owner’s Ethnicity/ Gender: Black American Hispanic American Asian-Pacific American Nativ e American Non-Minority Women Subcont. Asian American Other Contact Person: Email: Telephone: Fax: The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 46 CFR part 23 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Upon execution of a Contract with the City for the above referenced project, the Bidder certifies that it intends to utilize the ACDBE listed above, and that the description, cost and percentage of work to be performed by the ACDBE as described above is accurate. The ACDBE Firm certifies that it has agreed to provide such work/supplies for the amount stated above. Bidder/Proposer Signature and Title: Date: ACDBE Firm Signature and Title: Date: 18 ACDBE Form 6 ACDBE Form 6: Payment Affidavit - Subcontractor / Supplier Utilization To be submitted with each request for payment from the City of Charlotte. form as needed. Copy this v.9.10.14 Project Name: Contractor Name: Payment Request # Contract Number: Invoice Amount: From Payment Period: FINAL PAYMENT $ To Check this box only when submitting Final Pay request. Section 1: Payments to SUBCONTRACTORS Complete the chart below for ALL subcontractors used on the Project/Contract regardless of dollar amount. Report payments that have already been made to subcontractors. Subcontractor’s Name Description of Work Performed NAICS Code Payment this Period Cumulative Payments The undersigned Company certifies the preceding chart is a true and accurate statement of all payments that have been made to subcontractors and suppliers on this Project/Contract. If no subcontractors or suppliers are listed on the preceding chart, the Company certifies that no subcontractors or suppliers were used in performing the Project/Contract for the payment period indicated. This day of 20 Signature Print Name and Title To be completed by KBU for FINAL PAYMENT Total Paid to Contractor: $ Total Paid to ACDBEs: $ ACDBE Goal: ACDBE Goal Commitment: ACDBE Goal Attainment: 19 % % % Attachment E Form Concession Agreement *To be provided by Addendum. 20 Attachment F Non-Discrimination Certification Project: Proposer: All requests for bids or proposals issued for City contracts shall include a certification to be completed by the Proposer in substantially the following form: The undersigned Proposer hereby certifies and agrees that the following information is correct: 1. In preparing the enclosed proposal, the Proposer has considered all proposals submitted from qualified, potential subconsultants and suppliers and has not engaged in discrimination as defined in Section 2. 2. For purposes of this certification discrimination means discrimination in the solicitation, selection, or treatment of any subconsultant, vendor, supplier or commercial customer on the basis of race, ethnicity, gender, age, religion, national origin, disability or any other unlawful form of discrimination. Without limiting the foregoing, discrimination also includes retaliating against any person or other entity for reporting any incident of prohibited discrimination. 3. Without limiting any other remedies that the City may have for a false certification, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the City to reject the proposal submitted with this certification and terminate any contract awarded based on such proposal. It shall also constitute a violation of the City’s Commercial Non-Discrimination Ordinance and shall subject the Proposer to any remedies allowed thereunder, including possible disqualification from participating in City contracts or bid processes for up to two years. 4. As a condition of contracting with the City, the Proposer agrees to promptly provide to the City all information and documentation that may be requested by the City from time to time regarding the solicitation and selection of subconsultants in connection with this solicitation process. Failure to maintain or failure to provide such information shall constitute grounds for the City to reject the proposal submitted by the Proposer and terminate any contract awarded on such bid. It shall also constitute a violation of the City’s Commercial Non-Discrimination Ordinance and shall subject the Proposer to any remedies allowed thereunder. 5. As part of its proposal, the Proposer shall provide to the City a list of all instances within the past ten years where a complaint was filed or pending against the Proposer in a legal or administrative proceeding alleging that the Proposer discriminated against its subconsultants, vendors, suppliers, or commercial customers, and a description of the status or resolution of that complaint, including any remedial action taken. 6. As a condition of submitting a proposal to the City, the Proposer agrees to comply with the City’s Commercial Non-Discrimination Policy as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of any arbitration conducted thereunder. Name of Company: Signature: Printed Name: Title: Date: 21 Attachment G Facility Drawings LEGEND TELEPHONE SA SEATING CHAIR / SEATS DIORAMA TERMINAL SIGNAGE SMARTE CARTE SMOKING ZONE ARTWORK DIRECTORY ATM WATER FOUNTAIN RECYCLE BIN TRASH CAN COMMUNICATIONS INFO ROOMS AIRLINE KIOSK CHARGING STATION Planning Maps Legend T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning 3-1-2012 N/A You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) - LANE 3 ELEV. POLICE 7043939585 7043930949 7043939669 7043930948 TTY ETP Main Terminal - North East - Ticket Level T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning 3-1-2012 1 INCH = 20 FEET 7 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) II I 1 . )>0 o< <fTl B [Tl:::O ;:a I I"'" fTl -)> (/)0 z GJrn )> z z fTl ::a u .·· II lfr=-===·\J:=!!Ih I llllll ld ttttttttt ]I ·.. =:d n lt-o r= .II I m 11[\ 1 u \ l I -....- -=o r'G >< D () <: ' ! 01 "' f 0 :r = ' = = = ! em vi I-= I ? tr - u )>0 o< <fTl [Tl:::O ;:a I fTl Jb -)> Ulo z GJCD )> z z ::a fR ; ;?'o: fTl Jr SSSSSSS! (0 Charlotte·Douglas INTERNATIONAL AIRPORT Main Terminal - North Center- Ticket Level FILE NAME: T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning I PROJECT NO.: I PRINTED: 3-1-2012 SCALE: 1 INCH= 20 FEET PAGE 6 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) 7043939577 7043939573 SMOKING ZONE BENCH 7043598018 7043931965 POLICE 7043930971 7043939981 TTY Main Treminal - North West - Ticket Level T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning 3-1-2012 1 INCH = 20 FEET 5 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) 7043939975 7043939976 7043930862 7043939962 7043939966 7043939967 "A" Concourse - Center - Ticket Level T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning 3-1-2012 1 INCH = 20 FEET 2 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) "B" Concourse - North End - Ticket Level T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning 3-1-2012 1 INCH = 20 FEET 13 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) 0 • •: [J 4 I • I \ • I 111111111 111111111 I I I I II I II I I I m:: m I - 1 111111111 111111111 111111111 111111111 m 111111111 m::: 111111111 • 111111111 • 0 •• I •• [J L [ "B" Concourse - South End - Ticket Level Charlotte•Douglas INTERNATIONAL AIRPORT FILE NAME: T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning PROJECT NO.: PRINTED: 3-1-2012 SCALE: 1 INCH= 20 FEET PAGE 11 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) "E" Concourse - Center Node Section - Ramp Level W:\AutoCAD Data Files\Exhibits\Exhibit A Terminal Lease Exhibits\Terminal Spac e Planning\RL 3-1-2011 1 INCH = 20 FEET 45 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) "E" Concourse - South #3 - Ramp Level W:\AutoCAD Data Files\Exhibits\Exhibit A Terminal Lease Exhibits\Terminal Spac e Planning\RL 3-1-2011 1 INCH = 20 FEET 44 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) 0 0 8 0 o ==== 0 0 0 0 0 0 0 (i zzzzzz !J ); co Charlotte·Douglas INTERNATIONAL AIRPORT "E" Concourse - South #1 - Ramp Level FILE NAME: W:\AuloCAD Data Files\Exhibits\Exhibit A Terminal Lease Exhibits\Terminal Spac Plilld lRbiO.: PRINTED: 3-1-2011 SCALE: 1 INCH = 20 FEET PAGE 42 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) ZONE D 7043939742 7043939924 W:\AutoCAD Data Files\Exhibits\Exhibit A Terminal Lease Exhibits\Terminal Spac e Planning\RL 3-1-2011 1 INCH = 20 FEET SMOKING ZONE BENCH Main Terminal - North East - Ramp Level 27 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) 7043930954 7043939534 ENTERPRISE DOLLAR HERTZ CONTINENTAL EXECUTIVE DELIVERY USAIRWAYS USAIRWAYS AVIS ALAMO/NATIONAL VACANT 7043599390 7043999570 (TTY) ZONE C BUDGET Main Terminal - North Center - Ramp Level W:\AutoCAD Data Files\Exhibits\Exhibit A Terminal Lease Exhibits\Terminal Spac e Planning\RL 3-1-2011 1 INCH = 20 FEET 26 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) DELTA BENCH AMERICAN SMOKING ZONE NORTHWEST UNITED ZONE A THRIFTY ZONE B 70439309 7043939 Main Terminal - North West - Ramp Level W:\AutoCAD Data Files\Exhibits\Exhibit A Terminal Lease Exhibits\Terminal Spac e Planning\RL 3-1-2011 1 INCH = 20 FEET 25 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) vc96£6£toL All 6£96£6£vOL 111111111 n 11111111 0 [J I II I II I I I I I I [] • c• n 111111111 • ""'"" 4 i 1 111111111 0 111111111 111111111 .:) ce ""'"" 111111111 n I 111111111 [J 4 0 i mm 111111111 i 111111111 ""HIE C)l 111111111 111111111 11111111 I 0 c. Ill I 4J [9 I [J n w _J "C" Concourse - North End - Ticket Level Charlotte-Douglas INTERNATIONAL AlltPOitT FILE NAME: T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning I PROJECT NO.: PRINTED: 3-1-2012 I SCALE: 11NCH = 20 FEET PAGE 16 "C"Concourse-SouthEnd-TicketLevel T:\ACADDesign\Exhibits\ExhibitATerminalLeaseSpace\TLSpacePlanning 3-1-2012 1INCH=20FEET 14 L 111111111 r- OL 11, ,or mo G- m A 11111111111 u=rm e111111111 ak-=J lllllllll l • 11111111111 0 111111111111 ; ; ; ; ; ; ; 1111111 1111111111111 0 0 11111111111110 11111111111 • 1111111111111 111111111111 lllllllllllo 111111111111 1111111111111 1111111111111 .. W 111111111111 -.J 111111111111 111111111111 111111111111 111111111111 111111111111 • 11111111111 1111111111111 llllllllllllt9 11111111111 l ll t ' 111111111111111 111111111111 • 11111111111 . mo 0_ 0 f--co lllllllllllllllll o o II I II I II I II I II I II II I 0 11111111111111111• 111111111111111 ° 11111111111111111• •1111111111111 O jllllllllllll 0 111111 0 eooffiBI:@ Charlotte-Douglas INTERNATIONAL AlltPOitT I 0 0 0 .0 co (.- w [\J "D" Concourse - East End - Ticket Level FILE NAME: T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning I PROJECT NO.: PRINTED: 3-1-2012 I SCALE: 11NCH = 20 FEET PAGE 20 "D"Concourse-Center-TicketLevel T:\ACADDesign\Exhibits\ExhibitATerminalLeaseSpace\TLSpacePlanning 3-1-2012 1INCH=20FEET 19 [ :j --o -=- ( :a: -o rn :a: -o c rn 1 :a: -o rn) ..., 0 (II -u- [ 0 ' :ICI: -o rn :a: -o c rn :a: -o rn )a 11 D D i lo Jf·•-·o·· ofJ ID --tr -- -------------- -- -------------= = = = = .. • J -- ---' ( :a: -o m il :a: -ocrn11 :a -o mil) - c::J ( l.*iNlJli 10 ,.. : D D =I = ( - Q .. = :D: -a rn = = :a: -a c rn = :c: -a rn )a 0 : ,: ,., • • • • • ·I t3 o; 0 [D ill :c: •ODQI :c: •0 ITIIil - • lf-f++ .. . .. - ·_ Q :c: u --u • :c: -o rn <( :c: :c: -o rn) -ce rn Vl <( ( 1-- 0 --t Q ,I I'- I " ," ( " B. , 10 .. • .. -----------j[ [: :a: -o rn .. :a::::o: -corn :a: -a rn) - 1#: :a: -orr; :a: -a orr: :a: -a [Ia = 0 17 r::ll1- "WJh: 1 .. .. .. .. 0 G • ( IB :a: -o rn :a: @_ :a: -o rna :q : -corn :a: -o rn )a -o o m il :a: -o rnii) - • 1- : - 1- : -l • • • • • • 0 D 0 I VALET co AIRPORT ;::;;;.".: PROJECT NO.: RCF - LEVEL 1 CharIotte·DousIas INTERNATIONAL 1 ---·-··---· Charlotte Douglas International Airport DRAWNBY CHECKEDBY FILENAM E: l sCALE: 1-:-:" I l DATE ISSUED: DATE _1 1 k ;;; ----c r---1 01 - 0 • • • • • • c • c == .f • I • • • • • • ra· ' ,...-, = . c: c c ENTR NCE HE IX ""L.. 0 , ,.() c====J D c I II l- 111.11 >• Cl-+-i • 0:: <{ ., ' -;- tdt - I. I- . • • • • • • • • 0 II LIILIIIJid " D ll o I. D I ::£= r'l' • I • • • N f- a::: w I D I I. . . . . L w w Ill !·111·11 Ill he ' ><{ <{ w c 0:: <{ . . I. . . . . w w / Ill1 III-II Ill w w WAII!l1 o WAil Ill 1·111·11 c c • • • • • • D • c ["] //.;If'""} II 0 0 0 . . ll . . . . . = 1/ §: Charlotte Douglas International Airport Q:j 0 III=DONED-' , 111;'1 IOHDE I DATE I.SHT. Charlotte·Dou!las II INTE NATIONALAI PO T RCF - Level 2 -- I SCALe II ""' [ DRA""BY' """ DATE ISSUED' ...,.,4 11•1 .0•. I I IOF w: -= - -=' _f • • • • • • .. • • • • • • • • • ···I I I I li • • • • • • • • • • • • • • E E E =+= 8: • • • " • • • • D • 9- . '7777 • Jt. . • @ • • • • • - • • • • • • I • • • • • • • • • • • • -w... • 9- lJd ... Er 1<:%% • • • • • • • • • • • • t 1 I I I 11 • • TTT //..,..""} II Charlotte·Dou!las IIINTE NATIONALAI PO T -- • • • • • • • • • • • • • • • • Q: « Charlotte Douglas International Airport RCF - Level 4 ' I SCALe ""' IIID=GN:ED-,' 111;'1 II 11•1 [ DRA""BY' """ DATE ISSUED' ...,.,4 .0•. IOHDE I I I DATE I.SHT. I IOF I p· r. ENTRIANCE ( lJ HE)J X t:j 0 0 0 Ill 0 I 111· 11 -- 0 0 0 0 0 0 0 • 0 • -- 0 0 0 0 I 0 0 0 -- - 0 t IllIIII-II H IE 1 11 0 0 ----::6 r • • 0 0 -- 0 -- 0 , . 0 Ill IIII-II II I Ill 0 0 0 0 1111111 11 b 0 I Ill I I.I I U I Ei 0 0 - lll llllllllll·ttt\l 0 0 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ( /.L/ ) Charlotte·Dou!aIs INTERNATIONAL AIRPORT 0 k = - · :·· : Charlotte Douglas Internati.onal Airport RCF- LevelS FLENAME: oRA..,..,., """ ISCALE: c"......,""' NT'S DATEISSUBJ: 111Wl014 :1 :·:1 • • 0 , :I DIITE \\ 'I1- . 11 I oF / . ··"ll"fl11 -llllll , · 0 llll--r--r1[tttt+H--t+-H-+-Uj ilj Ill! -1 I-I-I-- I 111111 . 11 1---- +----0 0 1111111·11 111 • rnml"'i +++++-tt-H-tttttTTT111 • 1111111·11 II I - W? ' • 0 : 0 0 t;:l m lW ;tr 1 [ 0 0 -6 Z'Z2 -6 0 --=6 r -6 • • - ---------' T 0 0 1 1111111·11 • 14 0 1111111·11 111 I 111111 .11 I-I-I-- : u 1-m 1-m I"--- /J co Charlotte Douglas International Airport Charlotte·Dou!las INTE NATIONAL AI PO T RCF- Level6 FLENAME: II: .;; ::;·:;:: • DRA..,.BY: """ I SCALE: NT'S DA C HTEEOIS IBSJUBBYJ:: Mll'l014 0 • I DIITE 1•11 I OF · 1---------- Htttt-111 l 111·111·1111 I = 1-rtttt-111 j 111·11·1111 0 1 I II 1-ttHtttt#m . I I Htttt-111j lll·lll·lll1 0 II I II • 0 0 . IE · I I I I I 1-tttttttmm _: I I ll I ... -- ,_ I I I _I , I l I Ill I I- I I 1 -1 I II -, - 0 0 • I 0 0 I I I_ I I l _l I I J I Ill I I I- I I , -1 I ll I II' I 0 I IllI 111·111111t Ill 111·111111t 10 I em_, zz:2 0 -- zz:2 . 1 1 1 I_ l l _! j j j 1 I T 'tl-t+V////////1 0 r+-H-----=-VA 0 I-I-1-- Httttttm I I-- !-- I-I-- mttt-111 j lll·lll·ll11 \//..;If'""/} II -- IIIDGNED-' , Charlotte Douglas International Airport Charlotte·Dou!las II INTERNATIONAL AIRPORT 1 RCF - Level 7 - I SCALe NTS 111;'1 11•1 [I ORA....= .... - DATE ISSUED' /U !TO """"'" .0•. ION I I DATE I.SHT. I IOF 7043939975 7043939976 7043930862 7043939962 7043939966 7043939967 Existing baggage carts to be taken out of service and all carts and associated equipment to be removed "A" Concourse - Center - Ticket Level T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning 3-1-2012 1 INCH = 20 FEET 2 You created this PDF from an application that is not licensed to print to novaPDF printer (http://www.novapdf.com) T:\ACAD Design\Exhibits\Exhibit A Terminal Lease Space\TL Space Planning 3-1-2012 "D" Concourse - Center - Ticket Level Existing baggage carts to be taken out of service and all carts and associated equipment to be removed 1 INCH = 20 FEET 19