NEW REQUESTS FOR PROPOSALS at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT

advertisement
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
Download