REQUEST FOR PROPOSALS VEHICLE MAINTENANCE MECHANIC SERVICES CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT

advertisement
REQUEST FOR PROPOSALS
VEHICLE MAINTENANCE MECHANIC SERVICES
CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT
CITY OF CHARLOTTE, NORTH CAROLINA
JUNE 19, 2014
i
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
TABLE OF CONTENTS
1. GENERAL OVERVIEW…………………………………………………….………..1
2. RFP SELECTION PROCESS…………………………………………………….......2
3. PROPOSAL FORMAT AND SUBMISSION REQUIREMENTS………...................5
4. RFP TERMS AND CONDITIONS…………...............................................................7
ATTACHMENT 1 PROPOSAL FORM...................................................................9
ATTACHMENT 2 QUALIFICATIONS FORM....................................................11
ATTACHMENT 3 NON-DISCRIMINATION CERTIFICATION.....................13
ATTACHMENT 4 E-VERIFY CERTIFICATION...............................................14
EXHIBIT A STATEMENT OF WORK..................................................................15
EXHIBIT B SERVICES AGREEMENT................................................................16
EXHIBIT C CLT VEHICLE & EQUIPMENT LIST............................................16
ii
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
SECTION ONE: GENERAL OVERVIEW
1.1. INTRODUCTION
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
(the “City”), is seeking Proposals from qualified and experienced vehicle and equipment
maintenance companies (individually or collectively, the “Proposer”) interested in providing
general maintenance and repair services (the “Services”) at the Airport.
The Services will be governed by a contract in the form attached hereto as Exhibit B to this
RFP (the “Vehicle and Equipment Maintenance Services Contract”). Proposers are advised
to carefully read and review the form Vehicle and Equipment Maintenance Services Contract
as they prepare their Proposals to this RFP. CLT reserves the right to revise the terms of the
form Vehicle and Equipment Maintenance Services Contract at any time during the RFP
process and to negotiate different terms with the successful Proposer.
Proposers are encouraged to carefully review all sections of this RFP including all
attachments and exhibits as they prepare their Proposals. Failure to comply with the terms,
conditions and requirements of this RFP may result in disqualification in the sole discretion
of CLT.
1.2. POINT OF CONTACT
The point of contact for all submissions and correspondence regarding this RFP will be
Tashiek Lescott. Ms. Lescott’s contact information is:
Tashiek Lescott, Purchasing Manager
Charlotte Douglas International Airport
CLT Center
5601 Wilkinson Boulevard
Charlotte, NC 28208
E-mail: procurement@cltairport.com
All correspondence concerning this RFP must be made by email or U.S. Mail unless
otherwise instructed herein. Telephone calls or facsimile transmissions will not be accepted.
Any unauthorized contact between a Proposer and the City, CLT or its officers, employees,
agents, consultants or other representatives may result in rejection of such Proposer’s
Proposal.
1.3. SCOPE OF WORK
The Scope of Work (“SOW”) for this RFP is attached hereto as Exhibit A. The successful
Proposer will provide maintenance and repair services for the Airport’s fleet of vehicles and
heavy equipment.
1
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
SECTION TWO: RFP SELECTION PROCESS
2.1. SCHEDULE
The key events and deadlines for this RFP are as follows:
DATE
EVENT
June 19, 2014
RFP Issuance.
June 25, 2014
Deadline for Submission of Written Questions. Questions are
due by 2:00 p.m. EST on June 25, 2014.
June 26, 2014
Mandatory Pre-Proposal Conference, 2:00 p.m. EST.
June 30, 2014
Deadline for Submission of Written Questions. Questions are
due by 10:00 a.m. EST on June 18, 2014.
July 3, 2014
Proposal Due Date. Proposals are due by 2:00 p.m. EST on
July 3, 2014.
July 7, 2014 through July
11, 2014
Evaluation and Interviews (If Applicable).
July 14, 2014
Notice of Intent to Award.
July 28, 2014
Contract Award by Charlotte City Council.
August 1, 2014
Vehicle and Equipment Maintenance Services begin.
CLT reserves the right to modify the deadlines set forth in the above table in its sole discretion.
Any such modifications will be stated in an addendum as described below in Section 2.2.
2.2. INTERPRETATION AND ADDENDA
The Airport is committed to providing all prospective Proposers with accurate and consistent
information in order to ensure that no Proposer obtains an unfair competitive advantage. To this
end, from the start date of this RFP through the Proposal evaluation period, no interpretation or
clarification of the meaning of any part of this RFP will be made orally to any prospective
Proposer with the exception of questions answered at the Pre-Proposal conference. Requests for
interpretation or clarification must be submitted electronically to Tashiek Lescott at
procurement@cltairport.com. When submitting a request for interpretation or clarification,
Proposers are encouraged to reference the RFP page and topic number pertinent to the
question(s).
Interpretations, clarifications and supplemental instructions from CLT will be in the form of a
written addendum, which will be posted to the CLT website at Ads for Bids and Proposals.
2
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
Proposers shall acknowledge their receipt and review of all posted addenda on the Proposal Form
attached hereto as Attachment 1. Failure to acknowledge receipt of an addendum will be
construed as though the addendum had been received by such Proposer and submission of a
Proposal will constitute acknowledgment of receipt of all addenda to this RFP.
Only the written interpretations, clarifications or supplemental instructions set forth in the posted
addenda shall be binding, and Proposers are warned that no other source is authorized to give
information concerning, explaining or interpreting this RFP. CLT reserves the right to
disqualify any Proposer who contacts a City or CLT official, employee, representative,
contractor, or agent concerning this RFP other than in accordance with this Section.
2.3. MANDATORY PRE-PROPOSAL CONFERENCE
A mandatory Pre-Proposal Conference will be conducted on June 26, 2014 at 2:00 p.m. EST.
The Pre-Proposal Conference will be held at the CLT Center, 5601 Wilkinson Blvd., Charlotte,
NC 28208 in the Bellanca Conference Room. If special accommodations are required for
attendance, please notify Tashiek Lescott via email at procurement@cltairport.com, in advance
of the Pre-Proposal Conference identifying the special accommodation(s) required. All
Proposers are required to sign in at the CLT Center’s front desk and provide vehicle license tag
numbers (if applicable). The Pre-Proposal Conference will include an information session and a
walkthrough of the Vehicle Maintenance shop. Proposers are encouraged to dress accordingly.
2.4. EVALUATION COMMITTEE
As part of the evaluation process, the Evaluation Committee may engage in discussions with any
Proposer to determine in greater detail the Proposer’s qualifications and to learn about the
Proposer’s proposed method of performing the Services requested in this RFP. CLT may in its
discretion require one or more Proposers to make presentations to the Evaluation Committee or
appear before CLT and/or its representatives for an interview. During such interview, the
Proposer may be required to present its Proposal and to respond in detail to any questions posed.
Additional meetings may be held to clarify issues or to address comments, as CLT deems
appropriate. Proposers will be notified in advance of the time and format of such interviews
and/or meetings.
2.5. SELECTION CRITERIA AND MINIMUM REQUIREMENTS
The Evaluation Committee will select and recommend the Proposer that, in its sole judgment, is
most responsive in meeting the requirements and objectives of this RFP. The selection criteria
and minimum requirements shall include the following:

The extent and quality of Proposer’s experience in providing the requested services in
similar facilities;

The extent and quality of Proposer’s references;

The proposed fees set forth in Section A of Attachment 1 – Proposal Form; and

The clarity and conciseness of the Proposal.
The Evaluation Committee will consider all relevant materials and information in making its
selection. The Evaluation Committee will select the Proposer that it determines, in its sole
discretion, is best able to provide the Vehicle and Equipment Maintenance Services.
3
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
The Airport will provide the Evaluation Committee’s recommendation to the City Council for
the award of the completed Vehicle and Equipment Maintenance Services Contract to the
successful Proposer. The City Council may, in its sole and absolute discretion, accept or reject
the recommendation of the Evaluation Committee. The City shall have no obligations under this
RFP until City Council has formally approved the award of the Vehicle and Equipment
Maintenance Services Contract to the successful Proposer and the Vehicle and Equipment
Maintenance Services Contract has been executed by both parties.
4
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
SECTION THREE: PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS
3.1. PROPOSAL FORMAT
CLT desires all Proposals to be identical in format in order to facilitate the evaluation process.
Failure to comply with the format requirements set forth herein may result in rejection of the
Proposal. Proposals must be submitted in the following format:
a. Cover letter
The cover letter shall provide the name, address, telephone and facsimile numbers of the
Proposer along with the name, title, address, telephone and facsimile numbers of the
executive that has the authority to contract with CLT. Each Proposer shall make the
following representations and warranty in the Cover Letter, the falsity of which may
result in rejection of its Proposal: “The information contained in this Proposal or any
part thereof, including its Attachments, Exhibits and other documents and
instruments delivered or to be delivered to CLT, is true, accurate, and complete.
This Proposal includes all information necessary to ensure that the statements
therein do not in whole or in part mislead CLT as to any material facts.”
b. Executive Summary – Maximum of five (5) pages.
The Proposer shall submit an executive summary, which outlines its understanding of the
RFP requirements, the approach to be undertaken to perform the Services, a summary of
the costs to provide the Services and the proposed general management approach. This
section should highlight aspects of this Proposal, which make it superior or unique in
addressing the needs of CLT.
c. Proposal Form and supporting documentation – Attachment 1
d. Qualifications and Proposer Requirements Form, Narrative Response and
supporting documentation – Attachment 2
e. Non-Discrimination Certification – Attachment 3
f. E-Verify Certification – Attachment 4
All Proposals shall be 8 1/2" x 11" format with all standard text no smaller than eleven (11)
points. All Proposals should use double-sided copying and be unbound with tab dividers
corresponding to the format requirements specified above. Failure of the Proposer to organize
the information required by this RFP as outlined herein may result in CLT, at its sole discretion,
deeming the Proposal non-responsive to the requirements of this RFP. The Proposer, however,
may reduce the repetition of identical information within several sections of the Proposal by
making the appropriate cross-references to other sections of the Proposal. Appendices for certain
technical or financial information may be used to facilitate Proposal preparation.
3.2. SUBMISSION REQUIREMENTS
Mail or deliver one (1) unbound original Proposal signed in ink by a company official authorized
to make a legal and binding offer, two (2) copies and one (1) electronic copy on a flash drive in
searchable Adobe Acrobat .pdf to the address set forth above in Section 1.2 on or before July 3,
2014 by 2:00 p.m. EST. Proposals sent by fax or email will not be accepted.
3.3. EXECUTION
5
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
A Proposal shall be fully and correctly completed and signed by an authorized representative of
the Proposer. A Proposer must submit its Proposal under its legal name. In submitting its
Proposal, the Proposer must complete all forms set forth in the Attachments and Exhibits to this
RFP to receive consideration.
3.4. CORRECTION OF ERRORS
The Proposer representative signing the Proposal must initial erasures or other corrections in the
Proposal. The Proposer further agrees that in the event of any obvious errors, CLT reserves the
right to waive such errors in its sole discretion.
3.5. WITHDRAWAL OF PROPOSALS
A Proposer may withdraw its Proposal provided that its request is in writing. The request to
withdraw a Proposal must be emailed or delivered to the attention of Tashiek Lescott at the
address set forth above in Section 1.2. The deadline for withdrawal requests is 2:00 p.m. EST
on July 3, 2014.
3.6. PROPOSAL TERMS FIRM AND IRREVOCABLE
The signed Proposal shall be considered a firm offer on the part of the Proposer. All Proposal
responses (including all statements, claims, declarations, prices and specifications in the
Proposals) shall be considered firm and irrevocable for purposes of contract negotiations unless
specifically waived in writing by CLT. The successful Proposer should be prepared to have its
Proposal and any relevant correspondence or documentation incorporated into the Vehicle and
Equipment Maintenance Services Contract, either in part or in its entirety, at CLT's election.
Any false or misleading statements found in the Proposal may be grounds for disqualification.
Each Proposal shall contain a statement to the effect that the Proposal is a firm offer for a ninety
(90) calendar day period from the date of the Proposal opening. This statement must be signed
by an individual authorized to bind the Proposer and include such individual’s name, title,
address, and telephone number. All prices/fees quoted shall be firm and fixed for the full period
of the Vehicle and Equipment Maintenance Services Contract.
3.7. REJECTION OF PROPOSALS
CLT reserves the right to reject any and all Proposals. CLT may, in its sole discretion, readvertise for Proposals using this RFP or a different request for proposals or solicitation.
6
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
SECTION FOUR: RFP TERMS AND CONDITIONS
4.1. CLT’S RIGHTS AND OPTIONS
CLT reserves the following rights, which may be exercised at CLT’s sole discretion:
a. To amend, cancel, substitute, supplement, withdraw or otherwise modify this RFP at any
time;
b. To issue additional requests for information;
c. To require a Proposer to supplement, clarify or provide additional information in order
for CLT to evaluate its Proposal;
d. To conduct investigations with respect to the qualifications and experience of each
Proposer;
e. To waive any defect or irregularity in any Proposal received;
f. To share the Proposals with City and/or CLT employees other than the Evaluation
Committee as deemed necessary;
g. To award all, none, or any part of the scope of work set forth in this RFP to one or
multiple proposers that is in the best interest of CLT with or without re-solicitation;
h. To discuss and negotiate with selected Proposer(s) any terms and conditions in the
Proposals including but not limited to financial terms; and
i. To enter into any agreement deemed by CLT to be in the best interest of CLT.
4.2. ACCURACY OF RFP AND RELATED DOCUMENTS
CLT assumes no responsibility for conclusions or interpretations derived from the information
presented in this RFP, or otherwise distributed or made available during this selection process.
In addition, CLT will not be bound by or be responsible for any explanation, interpretation or
conclusions of this RFP or any documents provided by CLT other than those provided by CLT
through the issuance of addenda. In no event may a Proposer rely on any oral statement in
relation to this RFP.
Should a Proposer find discrepancies or omissions in this RFP or any other documents provided
by CLT, the Proposer should immediately notify CLT of such discrepancy or omission in
writing, and a written addendum may be issued if CLT determines clarification necessary. Each
Proposer requesting a clarification or interpretation will be responsible for delivering such
requests to CLT as directed above in Section 1.2 of this RFP.
4.3. EXPENSE OF PROPOSAL PREPARATION
CLT accepts no liability for the costs and expenses incurred by the Proposers in responding to
this RFP. Each Proposer that submits a Proposal shall prepare the required materials and
submittals and attend any conferences, meetings or interviews at its own expense and with the
express understanding that the Proposer cannot make any claims whatsoever for reimbursement
from CLT for the costs and expenses associated with any aspect of the RFP process.
4.4. PROPOSERS’ OBLIGATION TO FULLY INFORM THEMSELVES
7
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
Proposers are expected to fully
inform themselves as to all conditions, requirements and specifications of this RFP before
submitting Proposals. Failure to do so will be at the Proposer’s own risk.
4.5. RFP NOT AN OFFER
This RFP does not constitute an offer by CLT. No binding contract, obligation to negotiate, or
any other obligation shall be created on the part of CLT unless CLT and the Proposer execute the
Contract for Vehicle and Equipment Maintenance Services following award of such agreement
by the Charlotte City Council.
4.6. RIGHT TO TERMINATE NEGOTIATIONS / DISCUSSIONS
The Proposer’s participation in this process might result in CLT selecting the Proposer to engage
in further discussions including the negotiation of the contract for Vehicle and Equipment
Maintenance Services. The commencement of such discussions and negotiations, however, does
not signify a commitment by CLT to execute the contract for Vehicle and Equipment
Maintenance Services or to continue discussions and negotiations. CLT may terminate
discussions and/or negotiations at any time and for any reason prior to the award of a binding
contract by the City Council, and either abandon the selection process or select another Proposer
with whom to enter into negotiations.
4.7. RESERVATION OF RIGHT TO AMEND RFP
CLT reserves the right to amend or supplement this RFP at any time during the process, if it
believes that doing so is in the best interests of CLT. Any such amendment or supplement will
be fully explained in an addendum posted to the CLT website at Ads for Bids and Proposals as
described above in Section 2.2 of this RFP.
4.8. ADDITIONAL EVIDENCE OF ABILITY
Proposers shall be prepared to present additional evidence of experience, qualifications, abilities,
equipment, facilities, and/or financial standing. CLT reserves the right to request such
information at any time during the Proposal evaluation period for this RFP.
4.9. NO COLLUSION OR CONFLICT OF INTEREST
By responding to this RFP, the Proposer shall be deemed to have represented and warranted that
the Proposal is not made in connection with any competing Proposer submitting a separate
Proposal to this RFP, and is in all respects fair and without collusion or fraud.
4.10. NORTH CAROLINA PUBLIC RECORDS LAW
All Proposals submitted in response to this RFP will be considered a public record except for
information that falls under one or more of the statutory exceptions set forth in Chapter 132 and
66-152 et seq. of the North Carolina General Statutes. After such date, members of the general
public who submit public records requests may review the Proposals. If any proposal contains
confidential information protected from disclosure by Chapter 132 or 66-152 et seq., Proposer
should specifically and clearly identify such confidential information in accordance with these
statutes. However, where such information is marked confidential, the Proposer agrees to
indemnify and hold harmless the City and each of its officers, employees and agents from all
costs, damages and expenses incurred in connection with refusing to disclose any material which
Proposer has designated as confidential.
8
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
ATTACHMENT 1
PROPOSAL FORM
Proposer Name:
________________________________
Principal Office Address:
________________________________
________________________________
________________________________
The undersigned Proposer hereby submits its Proposal to provide Vehicle and Equipment
Maintenance Services at the Charlotte Douglas International Airport.
A. FEE SCHEDULE
The undersigned proposes to provide Vehicle and Equipment Maintenance Services at CLT
and hereby agrees to accept the fees described below pursuant to the terms and conditions of
a Vehicle and Equipment Maintenance Services Contract to be agreed upon and executed by
Proposer and CLT, subject to approval by the Charlotte City Council.
Hourly Rates (fully burdened):
Year 1
Year 2
On-site Fleet Mechanic
Off-site Fleet Mechanic
B. NON-COLLUSION AFFIDAVIT
In submitting this Proposal, Proposer hereby declares that the only person or persons
interested in this Proposal as principal or principals is or are named herein and that no person
other than herein mentioned has any interest in this Proposal or in the contract to be entered
into; that this Proposal is made without connection with any other person, company or parties
submitting a Proposal in response to this RFP; and that it is in all respects fair and in good
faith without collusion or fraud. Proposer represents to the City that, except as may be
disclosed in an Addendum hereto, no officer, employee or agent of the City presently has any
interest, either directly or indirectly, in the business of Proposer, and that any such officer,
employee or agent of the City having a present interest in the business of Proposer shall not
have any such interest at any time during the term of the Vehicle and Equipment
Maintenance Services contract should it be awarded to the Proposer.
C. ACKNOWLEDGMENT OF RFP TERMS AS AMENDED BY ADDENDA
Proposer further declares that it has examined the RFP including all Attachments, Exhibits
and Addenda, as acknowledged below, and that he/she has satisfied himself/herself relative
to the requirements, procedures and rights of this RFP. Acknowledgment is hereby made of
receipt of the following Addenda (identified by number) since issuance of the RFP.
Addendum Number
Date
D. PROPOSAL CHECKLIST
Proposal must initial each item below to confirm that it has been included in the Proposal.
9
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
Proposals must be formatted in the same order as the checklist below.
Cover Letter
Executive Summary
Proposal Form and Supporting Documentation
Qualifications and Proposer Requirements, Narrative Response and Supporting
Documentation
Non-Discrimination Certification
E-Verify Certification
E. BUSINESS TYPE
Corporation
Joint Venture
Partnership
Sole Proprietorship
Limited Liability Corporation
Other (Specify
City/NC Business License #:_____________________
Organized under the laws of the State of _________________, and authorized by law to
prepare and submit this Proposal and perform all work and furnish materials and equipment
required under the Vehicle and Equipment Maintenance Services Contract.
The full names and addresses of the shareholders, partners, joint venturers, members, firms
and persons interested in the foregoing Proposal as principals or officers are as follows
(attach additional pages if necessary):
_______________________________________________________________________
________________________________________________________________________
________________________________________________________________________
F. VERIFICATION AND CERTIFICATION OF AUTHENTICITY OF PROPOSAL
Submission of this Proposal is the duly authorized official act of the Proposer and the
person(s) executing this Proposal on behalf of Proposer is duly authorized and designated to
execute this Proposal on behalf of and as of the official act of Proposer, this _______ day of
____________, 2014.
Printed Name: ________________________________
Signature: ____________________________________
Title: ________________________________________
Date: ________________________________________
Address: _____________________________________
____________________________________
_____________________________________
10
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
ATTACHMENT 2
QUALIFICATIONS AND PROPOSER REQUIREMENTS
All statements contained herein must be true and correct. Any omissions or inaccuracies may
result in the rejection of this Proposal by CLT. Proposers should note that some responses
require separate sheet(s) for response. Those responses should be appropriately marked
corresponding to the question. Proposers should use as many additional sheets of paper as
necessary to completely answer the question.
All of the information requirements in this Attachment 2 are required for Proposer and all
subcontractors identified in the Proposal. Therefore, the use of the term “Proposer” in this
Attachment 2 applies to Proposer and all subcontractors of Proposer that will be involved in the
provision of the Services pursuant to the Vehicle and Equipment Maintenance Services Contract.
A. EXPERIENCE AND QUALIFICATIONS
1. Furnish a statement detailing Proposer’s background, experience and qualifications. This
should include the following:

Number of years in business.

Description of Proposer’s corporate structure (corporation, partnership, joint
venture, partnership) including state of incorporation, the executive team and any
substantive changes to the corporate structure within the previous five (5) years.

Descriptions of current business operations, including number, type, location and
a description of services provided.

Organizational chart including descriptions and resumes of key personnel that
would be involved in providing the operation and maintenance services described
in this Proposal and RFP. Key personnel shall include at a minimum managers
and supervisors.

Resumes for each mechanic that will be assigned to perform the vehicle and
equipment repair and maintenance services.
2. Provide any other information that supports Proposer’s maintenance and repair
experience that may be beneficial to CLT’s review of this Proposal.
3. Provide three references related to its business operations in the previous ten (10) years at
facilities with similarly sized Vehicle Maintenance Mechanic Services requirements.
Provide for each reference the name of the owner, a description of services provided,
dates the Proposer provided the services, and a point of contact (name, email address and
telephone number).
B. PROPOSER HISTORY
1. Has Proposer ever entered into claims, actions, demands, suits or other litigation
(collectively litigation) with any airport owner/operator or others over non-payment of
rent or fees and/or non-performance? Yes ( ) No ( ).
If the answer is “Yes,” attach a detailed explanation of the nature and result of such
11
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
litigation.
2. Has Proposer declared bankruptcy in the past ten (10) years?
Yes ( ) No ( ).
If the answer is “Yes,” attach a detailed explanation including the date of filing, the
jurisdiction (state and court), the amounts of assets and liabilities and the disposition of
that action.
3. During the past ten (10) years, have any of Proposer’s management agreements, leases or
other contractual agreements been canceled or terminated, either voluntarily or
involuntarily, by an Airport owner/operator? Yes ( ) No ( ).
If the answer is “Yes,” attach a detailed explanation including the date and circumstances
of such cancellation/termination.
12
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
ATTACHMENT 3
NONDISCRIMINATION CERTIFICATION
Project: Vehicle Maintenance Mechanic Services Operations and Maintenance Contract
The undersigned Bidder hereby certifies and agrees that the following information is correct:
1. In preparing the enclosed Bid, the Bidder has considered all bids submitted from qualified,
potential subcontractors and suppliers, and has not engaged in discrimination as defined in
Section 2 below.
2. For purposes of this section, discrimination means discrimination in the solicitation,
selection, or treatment of any subcontractor, vendor, supplier or commercial customer on the
basis of race, ethnicity, gender, age, religion, national origin, disability or any otherwise
unlawful form of discrimination. Without limiting the foregoing, discrimination also
includes retaliating against any person or other entity for reporting any incident of
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 Bid submitted with this certification, and terminate any
contract awarded based on such Bid. It shall also constitute a violation of the City’s
Commercial Non-Discrimination Ordinance and shall subject the Bidder to any remedies
allowed there under, including possible disqualification from participating in City contracts
or solicitation processes for up to two years.
4. As a condition of contracting with the City, the Bidder 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 suppliers and subcontractors in connection with
this solicitation process. Failure to maintain or failure to provide such information shall
constitute grounds for the City to reject the Bid and to any contract awarded on such Bid. It
shall also constitute a violation of the City’s Commercial Non-Discrimination Ordinance, and
shall subject the Bidder to any remedies that are allowed there under.
5. As part of its Bid, the Bidder shall provide to the City a list of all instances within the past
ten years where a complaint was filed or pending against Bidder in a legal or administrative
proceeding alleging that Bidder discriminated against its subcontractors, 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 Bid to the City, the Bidder 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 there under.
______________________________________
Proposer Name
_____________________________________
Authorized Signature
________________________
Date
________________________
Type or print name
13
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
ATTACHMENT 4
E-VERIFY CERTIFICATION
This E-Verify Certification is provided to the City of Charlotte (the “City”) by the company
signing below (“Company”) as a prerequisite to the City considering Company for award of a
City contract (the “Contract”).
1. Company understands that:
a. E-Verify is the federal program operated by the United States Department of
Homeland Security and other federal agencies to enable employers to verify the work
authorization of employees pursuant to federal law, as modified from time to time.
b. Article 2 of Chapter 64 of the North Carolina General Statutes requires employers
that transact business in this state and employ 25 or more employees in this state to:
(i) verify the work authorization of employees who will be performing work in North
Carolina through E-Verify; and (ii) maintain records of such verification (the “EVerify Requirements”).
c. North Carolina General Statute 160A-20.1(b) prohibits the City from entering into
contracts unless the contractor and all subcontractors comply with the E-Verify
Requirements.
2. As a condition of being considered for the Contract, Company certifies that:
a. If Company has 25 or more employees working in North Carolina (whether now or at
any time during the term of the Contract), Company will comply with the E-Verify
Requirements in verifying the work authorization of Company employees working in
North Carolina; and
b. Regardless of how many employees Company has working in North Carolina,
Company will take appropriate steps to ensure that each subcontractor performing
work on the Contract that has 25 or more employees working in North Carolina will
comply with the E-Verify Requirements.
3. Company acknowledges that the City will be relying on this Certification in entering into the
Contract, and that the City may incur expenses and damages if the City enters into the
Contract with Company and Company or any subcontractor fails to comply with the E-Verify
Requirements. Company agrees to indemnify and save the City harmless from and against
all losses, damages, costs, expenses (including reasonable attorney’s fees) obligations, duties,
fines and penalties (collectively “Losses”) arising directly or indirectly from violation of the
E-Verify Requirements by Company or any of its subcontractors, including without
limitation any Losses incurred as a result of the Contract being deemed void.
______________________________________
Proposer Name
_____________________________________
Authorized Signature
________________________
Date
________________________
Type or print name
14
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
EXBHIBIT A
SCOPE OF WORK
The Proposer shall provide full-time Mechanics and shop space at their location to service and
repair Airport vehicles and equipment. The Proposers shop location must be within two (2) miles
of the CLT Vehicle Maintenance shop located at 5601 Wilkinson Blvd. Charlotte, NC 28208.
The Proposer shall provide a service level of Priority 1 or an Expedited level of service where
the Airports vehicles /equipment are placed above other customer’s vehicles/equipment. The
average number per day of vehicles/equipment off site from the Airport’s Vehicle Maintenance
shop is 8 shuttle buses and 5 other vehicles/equipment. The Proposer shall provide a 48 hour
repair/maintenance turnaround time on the Airport’s vehicles/equipment beginning the day the
required parts are delivered to the Proposer. The Airport will provide all parts to the Proposer. If
it becomes necessary that the Proposer has to purchase the required repair/maintenance parts, the
Proposer shall sell the parts to the Airport at cost (NO PERCENTAGE MARKUP). The
Proposer shall provide a full time Mechanic to work at the Airport’s Vehicle Maintenance shop
on 2nd shift performing PM’s on the Airport’s shuttle bus fleet. The 2nd shift work hours are 3:00
PM to 11:30 PM Monday through Friday. The PM’s shall consist of PM A/250 hrs (Engine oil
and filter change, Grease and Inspect) PM B/750 hrs (Engine oil and filter, Air/Fuel filters,
Grease and Inspect) PM C 2250hrs (Engine oil and filter, Air/Fuel filters, Transmission fluid and
filter, Power Steering fluid and filter, Differential fluid, Grease and Inspect). One (1) additional
Mechanic maybe needed in the near future on 2nd shift due to the increase in the size of the
shuttle bus fleet. These mechanics must have extensive experience with light, medium and heavy
duty vehicles, buses and other specialized equipment to support the Airport’s Vehicle
Maintenance Program. Specialized equipment includes, but is not limited to, Vammas and
Frescia snow plows, ARFF equipment and hybrid buses (Exhibit C). Each Mechanic must have
some working knowledge of common electrical and process controls i.e. Multiplex, CAN, and
PLC as well as basic fabrication skills including mig and stick welding.
Each Mechanic must be able to perform the following duties:

Diagnose and repair various types of automotive, light/heavy truck, and industrial equipment
with limited supervision;

Use manuals, diagrams, and diagnostic programs to trouble shoot and repair equipment
including but not limited to, gasoline and diesel engines, hydraulic, pneumatic, mechanical
and electric powered vehicles and equipment;

Perform all preventative maintenance and light repairs on the equipment;

Safely use automotive shop equipment; and

Perform other duties as assigned by the Airport’s Vehicle Maintenance management staff.
Badging: The successful proposer’s employees working on-site at the Airport must apply and
qualify for an Airport security badge prior to employment. The standards adopted by the
Transportation Security Administration for the issuance of these security badges are captured in
Title 49 of the Code of Federal Regulations, Part 1542.
15
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
EXHIBIT B
FORM CONTRACT FOR VEHICLE AND EQUIPMENT MAINTENANCE SERVICES
STATE OF NORTH CAROLINA
COUNTY OF MECKLENBURG
CONTRACT NO. __________
CONTRACT TO PROVIDE
Insert Project Name
This Agreement (the “Agreement”) is entered into as of this Insert Date (the “Effective
Date”), by and between [insert Company name], a [insert type of company] registered
under the laws of the State of [insert state] and doing business in North Carolina (the
“Company”), and the City of Charlotte, a municipal corporation of the State of North
Carolina (the "City").
Statement of Background and Intent
A. The City is the owner and operator of the Charlotte Douglas International Airport
(“Airport”);
B. The City issued A Request for Proposals dated [insert date] requesting proposals from
qualified firms to provide the City with insert project name hereafter referred to as the
"Work". This Request for Proposals, together with all attachments and any amendments,
is referred to herein as the “RFP";
C. The Company submitted a proposal in response to the RFP on [insert date]. This
proposal, together with all attachments is referred to herein as the “Proposal”; and
D. The Company wishes to provide the Work to the City in accordance with the terms and
conditions set forth herein.
NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency
of which are hereby acknowledged, and in further consideration of the covenants and
conditions contained in this Agreement, the parties agree as follows:
AGREEMENT
1. INCORPORATION OF EXHIBITS. The following Exhibits are attached to the
Agreement and incorporated into and made a part of this Agreement by reference:
Exhibit A: Specifications
Exhibit B: Proposal
Any conflict between language in an Exhibit and the Agreement shall be resolved in favor of
the main body of this Agreement. Each reference to [insert company name] or to the
16
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
proposer in the Exhibits shall be deemed to mean the Company.
2. DEFINITIONS. The following terms shall have the following meanings for purposes of this
Agreement (including all Exhibits):
2.1.
Agreement shall mean the terms and conditions under which the Company shall
provide the Work.
2.2.
Airport shall mean Charlotte Douglas International Airport
2.3.
Background Checks shall have the meaning set forth in Section 24 below.
2.4.
Change shall have the meaning set forth in Section 27.5 below.
2.5.
City shall mean the City of Charlotte.
2.6.
Company shall mean the successful proposer.
2.7.
E-Verify Requirements shall have the meaning set forth in Section 27.19 below.
2.8.
Effective Date shall mean the date set forth in the first paragraph above.
2.9.
Exhibits shall mean the documents specified in Section 1 and attached and
incorporated into the Agreement.
2.10. Project Manager shall mean the Airport or Company employee who is the point of
contact under this Agreement.
2.11. Proposal shall mean the response to this RFP including the Proposal Response
Forms.
2.12. RFP shall mean Request for Proposals.
2.13. Specifications shall mean the scope and details of the Work set forth in Exhibit A
that the Company will provide under the Agreement.
2.14. Work shall mean the actual products and/or services provided in compliance with the
Specifications and under this Agreement.
3. TERM. The term of the Agreement will be for two (2) years from the Effective Date with
an option to renew for two (2) additional one-year terms. The Agreement may be extended
only by a written amendment to the Agreement signed by both parties.
4. COMPENSATION. The Company shall provide the Work in accordance with the
Specifications set forth in Exhibit A to this Agreement. The City shall pay the Company for
the Work delivered in compliance with the Specifications and at the prices and frequency set
forth in Exhibit B. The maximum amount of the Agreement shall not exceed [insert dollar
amount in words] ($[insert amount in numbers]) This amount constitutes the maximum
fees and charges payable by the Company in the aggregate under this Agreement and will not
be increased except by a written amendment duly executed by both parties. The Company
shall not be entitled to charge the City ant prices, fees or other amounts that are not listed in
Exhibit B.
5. BILLING. Each invoice sent by the Company shall include all reports, information and data
required by this Agreement (including the Exhibits) necessary to entitle the Company to the
17
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
requested payment and shall be provided by the Company to the City at the frequency set
forth in Exhibit A. The Company shall send one (1) copy only of each invoice using one of
the following options:
1. Option 1 – E-mail one copy of each invoice to cocap@charlottenc.gov. Company shall
not mail invoices that have been sent via e-mail.
2. Option 2 – Mail one copy of each invoice to:
City of Charlotte- Accounts Payable
P.O. Box 37979
Charlotte, NC 28237-37979
Attn: Aviation
The City is not tax exempt from sales tax. The Company shall include all applicable State
and County sales taxes on the invoice and not combined with the cost of the goods.
Payment of invoices shall be due within thirty (30) days after the City has received all of the
following: (a) an accurate, properly submitted invoice, (b) all reports due for the month
covered by the invoice; and (c) any other information reasonably requested by the City to
verify the charges contained in the invoice.
6. GENERAL WARRANTIES. Company represents and warrants that:
6.1
It is a legal entity, validly existing and in good standing under the laws of the State of
[insert state], and is qualified to do business in North Carolina;
6.2
It has all the requisite corporate power and authority to execute, deliver and perform
its obligations under this Agreement;
6.3
The execution, delivery, and performance of this Agreement have been duly
authorized by Company;
6.4
No approval, authorization or consent of any governmental or regulatory authority is
required to be obtained or made by it in order for it to enter into and perform its
obligations under this Agreement;
6.5
In connection with its obligations under this Agreement, it shall comply with all
applicable federal, state and local laws and regulations, including but not limited to EVerify and shall obtain and provide to the City all applicable permits and licenses
within ten (10) days of the Company receiving notice of award and within twentyfour (24) hours of demand at any time during the term;
6.6
The Company shall not violate any agreement with any third party by entering into or
performing this Agreement;
6.7
The Work shall comply with all requirements set forth in this Agreement, including
but not limited to the attached Exhibits;
6.8
The Company guarantees the materials and workmanship on all materials and
services provided under the Agreement and that it will fix any defects at its own
expense that are discovered during the guarantee period at the time designated by and
to the satisfaction of the Airport;
18
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
6.9
All Work performed by the Company and/or its subcontractors pursuant to this
Agreement shall meet industry accepted standards, and shall be performed in a
professional and workmanlike manner by staff with the necessary skills, experience
and knowledge; and
6.10
The Work provided by the Company under this Agreement will not infringe or
misappropriate any patent, copyright, trademark or trade secret rights of any third
party.
7. INDEMNIFICATION. The Company shall indemnify, defend and hold harmless the City
and the City’s officers, agents and employees from and against any and all claims, losses,
damages, obligations, liabilities and expenses, including but not limited to attorneys' fees,
arising out of or resulting from Company’s performance under this Agreement, except to the
extent that the claims, losses, damages, obligations, liabilities and expenses are caused by the
sole negligence of the City, or the City’s officers, agents and employees. Such liabilities
shall include those arising from a violation of any federal, state or local law, regulation or
ordinance by the Company or any of its subcontractors (including without limitation EVerify or other immigration laws). Company shall purchase insurance, as described in
Section 8 of the Agreement, which shall include coverage for the contractual liability
described herein. In any case in which Company provides a defense to the City pursuant to
this indemnity, the defense will be provided by attorneys reasonably acceptable to the City.
This provision shall survive the expiration or early termination of the Agreement.
8. INSURANCE. The Company shall obtain and maintain during the life of the Agreement,
with an insurance company rated not less than A by A.M. Best, authorized to do business in
the State of North Carolina the following insurance:
8.1.
Automobile Liability. Bodily injury and property damage liability covering all
owned, non-owned and hired automobiles for limits of not less than $1,000,000
bodily injury each person, each accident and $1,000,000 property damage, or
$1,000,000 combined single limit - bodily injury and property damage. Where the
company will have driving privileges on the AOA, these limits increase to
$5,000,000.
8.2.
Commercial General Liability. Insurance with a limit of not less than $1,000,000 per
occurrence or in the aggregate including coverage for bodily injury, property damage,
products and completed operations, personal injury liability and contractual liability.
8.3.
Worker’s Compensation and Employers Liability. The Company shall meet the
statutory requirements of the State of North Carolina and any applicable Federal laws.
The City shall be listed as an additional insured under the commercial general liability
insurance for operations or services rendered under this Agreement.
The Company shall not commence any work in connection with this Agreement until it has
obtained all of the foregoing types of insurance and proof of such insurance have been
submitted to the Airport and all insurance has been approved.
19
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
9. OTHER INSURANCE REQUIREMENTS.
9.1.
The City shall be exempt from, and in no way liable for any sums of money, which
may represent a deductible in any insurance policy. The payment of such deductible
shall be the sole responsibility of the Company and/or subcontractor providing such
insurance.
9.2.
The City shall be named as an additional insured for operations or services rendered
under the general liability coverage. The Company’s insurance shall be primary of
any self-funding and/or insurance otherwise carried by the City for all loss or
damages arising from the Company operations under this Agreement.
9.3.
Certificates of such insurance will be furnished to the City and shall contain the
provision that the City be given thirty (30) days written notice of any intent to amend
or terminate by either the insured or the insuring company.
9.4.
Should any or all of the required insurance coverage be self-funded/self-insured, a
copy of the Certificate of Self-Insurance or other documentation from the North
Carolina Department of Insurance shall be furnished.
9.5.
If any part of the work under the Agreement is sublet, the subcontractor shall be
required to meet all insurance requirements set forth in the Agreement. Nothing
contained herein shall relieve the Company from meeting all insurance requirements
or otherwise being responsible for the subcontractor.
10. TERMINATION.
10.1. TERMINATION WITHOUT CAUSE. The City may terminate this Agreement at
any time without cause by giving thirty (30) days written notice to the Company.
10.2. TERMINATION FOR DEFAULT BY EITHER PARTY. By giving written notice to
the other party, either party may terminate this Agreement upon the occurrence of one
or more of the following events:
10.2.1.
The other party violates or fails to perform any covenant, provision,
obligation, term or condition contained in this Agreement, provided that,
unless otherwise stated in this Agreement, such failure or violation shall not
be cause for termination if both of the following conditions are satisfied: (i)
such default is reasonably susceptible to cure; and (ii) the other party cures
such default within thirty (30) days of receipt of written notice of default
from the non-defaulting party;
10.2.2.
The other party attempts to assign, terminate or cancel this Agreement
contrary to the terms hereof; or
10.2.3.
The other party ceases to do business as a going concern, makes an
assignment for the benefit of creditors, admits in writing its inability to pay
debts as they become due, files a petition in bankruptcy or has an
involuntary bankruptcy petition filed against it (except in connection with a
reorganization under which the business of such party is continued and
performance of all its obligations under this Agreement shall continue), or if
20
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
a receiver, trustee or liquidator is appointed for it or any substantial part of
other party’s assets or properties.
10.2.4.
Any notice of default pursuant to this Section shall identify and state the
party’s intent to terminate this Agreement if the default is not cured within
the specified period.
10.3. ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By
giving written notice to the Company, the City may also terminate the Agreement
upon the occurrence of one or more of the following events (which shall each
constitute grounds for termination without a cure period and without the occurrence
of any of the other events of default previously listed):
10.3.1. The Company makes or allows to be made any material written
misrepresentation or provides any materially misleading written information
in connection with the RFP, the Proposal, or any covenant, agreement,
obligation, term or condition contained in this Agreement;
10.3.2. The Company takes or fails to take any action which constitutes grounds for
immediate termination under the terms of this Agreement, including but not
limited to failure to obtain or maintain the insurance policies and
endorsements or failure to provide the proof of insurance as required by this
Agreement; or
10.3.3. The Company fails to meet delivery times or the Work does not comply with
the terms of this Agreement as set forth in Exhibit A.
10.4. NO EFFECT ON TAXES, FEES, CHARGES, OR REPORTS. Any termination of
the Agreement shall not relieve the Company of the obligation to pay any fees, taxes
or other charges then due to the City, nor relieve the Company of the obligation to file
any daily, monthly, quarterly or annual reports covering the period to termination nor
relieve the Company from any claim for damages previously accrued or then accruing
against the Company.
10.5. OBLIGATIONS UPON EXPIRATION OR TERMINATION. In the event this
Agreement is terminated by the City for any reason prior to the end of the term, the
Company shall upon termination immediately discontinue all services in connection
with this Agreement and promptly cancel all existing orders and subcontracts, which
are chargeable to this Agreement. As soon as practicable after receipt of notice of
termination, the Company shall submit a statement to the City showing in detail the
Work performed under this Agreement to the date of termination.
10.6. NO SUSPENSION. In the event that the City disputes in good faith an allegation of
default by the Company, notwithstanding anything to the contrary in this Agreement,
the Company agrees that it will not terminate this Agreement or suspend or limit the
delivery of the Work or any warranties or repossess, disable or render unusable any
software supplied by the Company, unless (i) the parties agree in writing, or (ii) an
order of a court of competent jurisdiction determines otherwise.
10.7. AUTHORITY TO TERMINATE. The Aviation Director or his designee is authorized
21
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
to terminate this Agreement on behalf of the City.
11. TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration of
this Agreement, the Company shall cooperate with the City to assist with the orderly transfer
of the Work, functions and operations provided by the Company hereunder to another
provider or to the City as determined by the City in its sole discretion.
12. REMEDIES.
12.1. Right to Cover. If the Company fails to meet any completion date or resolution time
set forth in this Agreement (including all Exhibits), the City may take any of the
following actions with or without termination this Agreement, and in addition to and
without limiting any other remedies it may have:
12.1.1. Employ such means as it may deem advisable and appropriate to perform
itself or obtain the Work from a third party until the matter is resolved and the
Company is again able to resume performance under this Agreement; and
12.1.2. Deduct any and all expenses incurred by the City in obtaining or performing
the Work from any money then due or to become due to the Company and,
should the City’s cost of obtaining or performing the Work exceed the amount
due the Company, collect the amount due the City from the Company.
12.2. Right to Withhold Payment. If the Company breaches any provision of this
Agreement, the City shall have the right to withhold all payments due to the
Company until such breach has been fully cured.
12.3. Setoff. Each party shall be entitled to setoff and may deduct from any amounts owed
to the other party under this Agreement all damages and expenses incurred as a result
of the other party’s breach of this Agreement.
12.4. Other Remedies. Upon breach of this Agreement, each party may seek all legal and
equitable remedies to which it is entitled. The remedies set forth herein shall be
deemed cumulative and not exclusive and may be exercised successively or
concurrently, in addition to any other available remedy. However, under no
circumstances shall the Airport be liable to the Company for damages arising from
delay, whether caused by the Airport or not.
13. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this
Agreement is solely that of independent contractors, and nothing contained in this Agreement
shall be construed to (i) give any party the power to direct or control the day-to-day activities
of the other; (ii) constitute such parties as partners, joint ventures, co-owners or otherwise as
participants in a joint or common undertaking; (iii) make either party an agent of the other for
any purpose whatsoever, or (iv) give either party the authority to act for, bind, or otherwise
create or assume any obligation on behalf of the other. Nothing herein shall be deemed to
eliminate any fiduciary duty on the part of the Company to the City that may arise under law
or under the terms of this Agreement.
14. AUDIT. During the term of this Agreement and for a period of one (1) year after
termination of this Agreement, the City shall have the right to audit, either itself or through
22
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
an independent auditor, all books and records and facilities of the Company necessary to
evaluate the Company’s compliance with the terms and conditions of the Agreement or the
City’s payment obligations. The City shall pay its own expenses, related to such audits, but
shall not have to pay any expenses or additional costs of the Company. However, if noncompliance is found that would have cost the City in excess of $5,000 but for the audit, then
the Company shall be required to reimburse the City for the cost of the audit.
15. RECORDS. The Company shall be responsible for keeping a record that accurately states
the number of hours worked or quantity of goods provided by the Company in the process of
providing the Work under the terms of the Agreement. The City shall have the right to audit
the Company’s invoices, expense reports and other documents relating to the Work
performed under the Agreement, and shall not be required to pay for Work which did not
occur or which occurred in breach of the Agreement. The Company shall make such
documents available for inspection and copying by the City in Charlotte, North Carolina
between the hours of 9:00 a.m. and 5:00 p.m., Monday through Friday, whenever requested
by the City.
16. INSPECTION. The Airport reserves the right to inspect the equipment, plant or other
facilities of the Company to confirm that such conform with the requirements set forth in
Exhibit A and are adequate and suitable for proper and effective performance of this
Agreement. Such inspections shall be conducted during normal business hours and upon at
least three (3) days’ notice to the Company.
17. ACCEPTANCE OF THE WORK. The Work delivered under this Agreement shall remain
the property of the Company until the Airport physically inspects, actually uses and accepts
the Work.
18. COMPANY MANAGER. Where the Company provides an onsite manager to oversee the
successful provision of the Work, the Airport shall have the right to reject or request a
change of the Company’s choice; however, no such approval with be unreasonably withheld
and no such request will be unreasonably made.
19. COMPANY PROJECT MANAGER. Where the RFP or the Agreement requires the
Company to provide a Project Manager, their duties shall include, but are not limited to, the
following:
19.1. Coordination of project schedules and the Company’s resource assignment based
upon the City’s requirements and schedule constraints;
19.2. Acting as the Company’s point of contact for all aspects of the Agreement
administration, including invoicing for the Work, and status reporting;
19.3. Facilitation of review meetings and conferences between the City and the Company’s
executives when scheduled or requested by the City;
19.4. Communications among and between the City and the Company’s staff;
19.5. Promptly responding to the City’s Project Manager when consulted in writing or by
e-mail with respect to the Work deviations and necessary documentation;
19.6. Identifying and providing the City with timely written notice of all issues that may
23
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
threaten the Company’s ability to provide the Work in a manner contemplated by the
Agreement;
19.7. Ensuring that adequate quality assurance procedures are in place through the duration
of the Agreement term; and
19.8. Meeting with other companies working on City projects that relate to this effort as
necessary to resolve problem and coordinate the provision of the Work.
20. DUTY OF THE COMPANY TO IDENTIFY AND REQUEST INFORMATION,
PERSONNEL AND FACILITIES. The Company shall identify and request in writing
from the City in a timely manner the following:
20.1. All information reasonably required by the Company to perform each task comprising
the Work;
20.2. The City’s personnel whose presence or assistance may reasonably be required by the
Company to perform each task comprising the Work; and
20.3. Any other equipment, facility or resource reasonably required by the Company to
perform the Work.
Notwithstanding the foregoing, the Company shall not be entitled to request the City provide
information, personnel or facilities other than those which Exhibit A specifically requires the
City to provide, unless the City can do so at no significant cost. The Company shall not be
relieved of any failure to perform under this Agreement by virtue of the City’s failure to
provide any information, personnel, equipment, facilities or resources that is not required
under Exhibit A or requested in writing. However, where the Company provides written
notice and the City fails to provide included information, personnel, facility or resources, the
Company shall notify the City in writing immediately in accordance with the notice
provision of this Agreement. Failure to do so shall constitute a waiver by the Company for
any claim or defense it may otherwise have based on the City’s failure to provide such
information, personnel, facility or resource.
21. NON-DISCRIMINATION. The City has adopted a Commercial Non-Discrimination
Policy that is described in Section 2, Article V of the Charlotte City Code, and is available
for review on the City’s website (the “Non-Discrimination Policy”). The Company agrees to
comply with the Non-Discrimination Policy, and consents to be bound by the award of any
arbitration conducted thereunder. As part of such compliance, the Company shall not
discriminate on the basis of race, gender, religion, national origin, ethnicity, age, or disability
in the solicitation, selection, hiring, or treatment of subcontractors, vendors, suppliers, or
commercial customers in connection with a City contract or contract solicitation process, nor
shall the Company retaliate against any person or entity for reporting instances of such
discrimination. The Company shall provide equal opportunity for subcontractors, vendors
and suppliers to participate in all of its subcontracting and supply opportunities on City
contracts, provided that nothing contained in this clause shall prohibit or limit otherwise
lawful efforts to remedy the effects of marketplace discrimination that has occurred or is
occurring in the marketplace. The Company understands and agrees that a violation of this
clause shall be considered a material breach of this Agreement and may result in termination
24
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
of this Agreement, disqualification of the Company from participating in City contracts or
other sanctions.
As a condition of entering into this Agreement, the Company agrees to: (a) promptly provide
to the City all information and documentation that may be requested by the City from time to
time regarding the solicitation, selection, treatment and payment of subcontractors in
connection with this Agreement; and (b) if requested, provide to the City within sixty days
after the request a truthful and complete list of the names of all subcontractors, vendors, and
suppliers that Company has used on City contracts in the past five years, including the total
dollar amount paid by Company on each subcontract or supply contract. The Company
further agrees to fully cooperate in any investigation conducted by the City pursuant to the
City’s Non-Discrimination Policy as set forth in Section 2, Article V of the City Code, to
provide any documents relevant to such investigation that are requested by the City, and to be
bound by the award of any arbitration conducted under such Policy. The Company
understands and agrees that violation of this clause shall be considered a material breach of
this Agreement and may result in contract termination, disqualification of the Company from
participating in City contracts and other sanctions.
The Company further agrees to provide to the City from time to time on the City’s request,
payment affidavits detailing the amounts paid by Company to subcontractors and suppliers in
connection with this Agreement within a certain period of time. Such affidavits shall be in
the format provided by the City.
22. COMPANY WILL NOT SELL or DISCLOSE DATA. The Company will treat as
confidential information all data provided by the City in connection with this Agreement.
City data processed by the Company shall remain the exclusive property of the City. The
Company will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied
by the City in any manner except that contemplated by this Agreement.
23. WORK ON CITY’S PREMISES. The Company will ensure that its employees and agents
shall, whenever on the City’s premises, obey all instructions and directions issued by the
City’s Project Manager with respect to work on the City’s premises. The Company agrees
that its personnel and the personnel of its subcontractors will comply with all rules,
regulations and security procedures of the City when on the city’s premises.
24. NO LIENS. All products provided under this Agreement shall be delivered and remain free
25. DRUG-FREE WORKPLACE. The City is a drug-free workplace employer. The Company
hereby certifies that it has or it will within thirty (30) days after execution of this Agreement:
25.1. Notify employees that the unlawful manufacture, distribution, dispensation,
possession, or use of controlled substance is prohibited in the workplace and
specifying actions that will be taken for violations of such prohibition;
25.2. Establish a drug-free awareness program to inform employees about (i) the dangers of
drug abuse in the workplace, (ii) the Company’s policy of maintaining a drug-free
workplace, (iii) any available drug counseling, rehabilitation, and employee
assistance programs, and (iv) the penalties that may be imposed upon employees for
drug abuse violations;
25
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
25.3. Notify each employee that as a condition of employment, the employee will (i) abide
by the terms of the prohibition outlines in (a) above, and (ii) notify the Company of
any criminal drug statute conviction for a violation occurring in the workplace not
later than five days after such conviction;
25.4. Impose a sanction on, or requiring the satisfactory participation in a drug counseling,
rehabilitation or abuse program by an employee convicted of a drug crime;
25.5. Make a good faith effort to continue to maintain a drug-free workplace for
employees; and
25.6. Require any party to which it subcontracts any portion of the Work under the
Agreement to comply with the provisions of this Section.
A false certification or the failure to comply with the above drug-free workplace
requirements during the performance of this Agreement shall be ground for suspension,
termination or debarment.
26. NOTICES. Any notice, consent or other communication required or contemplated by this
Agreement shall be in writing, and shall be delivered in person, by U.S. mail, by overnight
courier, by electronic mail or by telefax to the intended recipient at the address set forth
below. Notice shall be effective upon the date of receipt by the intended recipient; provided
that any notice which is sent by telefax or electronic mail shall also be simultaneously sent by
mail deposited with the U.S. Postal Service or by overnight courier. Each party may change
its address for notification purposes by giving the other party written notice of the new
address and the date upon which it shall become effective. Communications that relate to
any breach, default, termination, delay in performance, prevention of performance,
modification, extension, amendment, or waiver of any provision of this Agreement shall be
sent to:
For The Company:
For The City:
Charlotte Douglas International Airport
Attn:
5601 Wilkinson Boulevard
Charlotte, NC 28208
Phone:
Fax:
E-mail:
With Copy To:
With Copy To:
Charlotte Douglas International Airport
Attn:
5601 Wilkinson Boulevard
Charlotte, NC 28208
Phone:
Fax:
26
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
E-mail:
All other notices shall be sent to the other party’s Project Manager at the most recent address
provided in writing by the other party.
27. MISCELLANEOUS.
27.1. Non-Exclusivity. The Company acknowledges that it is one of several providers of
the Work to the City and the City is not obligated to contract with the Company for
any particular project.
27.2. Time is of the Essence. Time is of the essence in having the Company perform all
Work and deliver all items within the time frames provided by this Agreement and
Exhibit A, including all completion dates, response times and resolution time.
Except as specifically stated in the Agreement, there shall be no extensions of the
stated time frames. All references to days in this Agreement (including the Exhibits)
shall refer to calendar days rather than business days, unless the Agreement provides
otherwise for a specific situation.
27.3. Entire Agreement. This Agreement including all Exhibits constitutes the entire
agreement between the parties with respect to the subject matter herein. There are no
other representations, understandings, or agreements between the parties with respect
to such subject matter. This Agreement supersedes all prior agreements, negotiations,
representations and bids, written or oral.
27.4. Amendment. No amendment or change to the Agreement shall be valid unless in
writing and signed by both parties to the Agreement.
27.5. Service Changes and Change Orders. In the event changes to the Work (collectively
“Change”), become necessary or desirable to the parties, the parties shall follow the
procedures set forth in this Section. A Change shall be effective only when
documented by a written amendment to this Agreement executed by both parties.
The amendment shall set forth in detail (i) the Change requested, including all
modifications of the duties of the parties; (ii) the reason for the proposed Change; and
(iii) a detailed analysis of the impact of the Change on the results of the Work
including the impact on all delivery dates and any associated price.
In the event either party desires a Change, the Project Manager for such party shall
submit to the other party’s Project Manager a written request for the Change. If the
receiving party does not accept the Change within ten (10) days, the receiving party
shall be deemed to have rejected the Change request. If the parties cannot reach an
agreement on a proposed Change, the Company shall nevertheless continue to render
performance under this Agreement in accordance with its (unchanged) terms and
conditions.
Changes that involve or increase the amounts payable by the City require execution
by the Aviation Director or a designee depending on the amount. Some increases may
require execution by the City Manager or a designee or approval by Charlotte City
Council.
27.6. Governing Law and Jurisdiction. North Carolina law shall govern the interpretation
27
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
and enforcement of this Agreement, and any other matters relating to this Agreement
(all without regard to North Carolina conflicts of law principles). All legal actions or
other proceedings relating to this Agreement shall be brought in a state or federal
court sitting in Mecklenburg County, North Carolina. By execution of this
Agreement, the parties submit to the jurisdiction of said courts and hereby irrevocably
waive any and all objections which they may have with respect to venue in any court
sitting in Mecklenburg County, North Carolina.
27.7. Binding Nature and Assignment. This Agreement shall bind the parties and their
successors and permitted assigns. Neither party may assign this Agreement without
the prior written consent of the other. Any assignment attempted without the written
consent of the other party shall be void. For purposes of this Section, a Change in
Control, as defined in Section 27.13 constitute an assignment.
27.8. Survival of Provisions. Those Sections of the Agreement and the Exhibits, which by
their nature would reasonably be expected to continue after the termination of the
Agreement shall survive the termination of the Agreement, including, but not limited
to, the indemnification and definition Sections of this Agreement.
27.9. Severability. The invalidity of one or more of the phrases, sentences, clauses or
sections contained in this Agreement shall not affect the validity of the remaining
portion of this Agreement so long as the material purposes of this Agreement can be
determined and effectuated. If any provision of this Agreement is held to be
unenforceable, then both parties shall be relieved of all obligations arising under such
provision, but only to the extent that such provision is unenforceable, and this
Agreement shall be deemed amended by modifying such provision to the extent
necessary to make it enforceable while preserving its intent.
27.10. No Publicity. No advertising, sales promotion or other materials of the Company or
its agents or representations may identify or reference this Agreement or the City in
any manner without the prior written consent of the City. Notwithstanding the
forgoing, the parties agree that the Company may list the City as a reference in
responses to invitations to bid or requests for proposals, and may identify the City as
a customer in presentations to potential customers.
27.11. No Manufacturer or Dealer Advertisement. No manufacture or dealer shall advertise
on goods delivered to the Airport without prior approval by the Aviation Director, or
his designee.
27.12. Waiver. No delay or omission by either party to exercise any right or power it has
under this Agreement shall impair or be construed as a waiver of such right or power.
A waiver by either party of any covenant or breach of this Agreement shall not
constitute or operate as a waiver of any succeeding breach of that covenant or of any
other covenant. No waiver of any provision of this Agreement shall be effective
unless in writing and signed by the party waiving the rights.
27.13. Change in Control. In the event of a change in “Control” of the Company (as defined
below), the City shall have the option of terminating this Agreement by written notice
to the Company. The Company shall notify the City within ten days of the
28
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
occurrence of a change in control. As used in this Agreement the term “Control”
shall mean the possession, direct or indirect, of either (i) the ownership of or ability to
direct the voting of, as the case may be fifty-one percent (51%) or more of the equity
interests, value or voting power in the Company or (ii) the power to direct or cause
the direction of the management and policies of the Company whether through the
ownership of voting securities, by contract or otherwise.
27.14. Force Majeure. Neither party hereto shall be liable to the other for any failure, delay
or interpretation in the performance of any of the terms, covenants, or conditions of
this Agreement due to causes beyond the control of that party including, but not
limited to, court order, shortages of materials, acts of God, act of the public enemy,
acts of superior governmental authority, weather conditions, floods, riots, rebellion,
sabotage or other circumstances for which such party is not responsible, which the
party cannot reasonably circumvent or which are not in its power to control, for as
long as such cause continues. This Section does not include strikes, slow-downs,
walkouts, lockouts and individual disputes.
27.15. No Limitations on Disclosure. The Company agrees that the Airport shall be able to
disclose and distribute to any persons or entities, without restrictions, all Work and
samples provided under this Agreement or the RFP. The Company specifically
agrees that the Airport can and will provide samples of the Work provided under this
Agreement to the Company’s competitors in any future procurement process.
27.16. No Bribery. The Company certifies that neither it, any of its affiliates or
subcontractors, nor any employees of any of the forgoing has bribed or attempted to
bribe an officer or employee of the City in connection with this Agreement.
27.17. Familiarity and Compliance with Laws and Ordinances. The Company agrees to
make itself aware of and comply with all local, state and federal ordinances, statutes,
laws, rules and regulations applicable to the Work. The Company further agrees that
it will at all times during the term of this Agreement be in compliance with all
applicable federal, state and/or local laws regarding employment practices. Such laws
will include, but shall not be limited to workers’ compensation, the Fair Labor
Standards Act (FLSA), the Americans with Disabilities Act (ADA), the Family and
Medical Leave Act (FMLA) and all OSHA regulations applicable to the work.
27.18. Taxes. The Company shall pay all applicable federal, state and local taxes which may
be chargeable against the performance of the Work.
27.19. E-Verify. As a condition for payment under this Agreement, Company shall (ii)
comply with the E-Verify requirements set forth in Article 2 of Chapter 64 of the
North Carolina General Statutes (the “E-Verify Requirements); and (ii) cause each
subcontractor under this Agreement to comply with such E-Verify Requirements as
well. Company will indemnify and save harmless the City from all losses, damages,
costs, expenses (including reasonable attorneys’ fees), obligations, duties, fines,
penalties, interest changes and other liabilities (including settlement amounts)
incurred on account of any failure by Company or any subcontractor to comply with
the E-Verify Requirements.
29
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
28. NON-APPROPRIATION OF FUNDS. If the City Council does not appropriate the
funding needed by the City to make payments under this Agreement for a given fiscal year,
the City will not be obligated to pay amounts due beyond the end of the last fiscal year for
which funds were appropriated. In such event, the City will promptly notify the Company of
the non-appropriation and this Agreement will be terminated at the end of the last fiscal year
for which funds were appropriated. No act or omission by the City, which is attributable to
non-appropriation of funds shall constitute a breach of or default under this Agreement.
IN WITNESS WHEREOF, and in acknowledgment that the parties hereto have read and
understood each and every provision hereof, the parties have caused this Agreement to be
executed on the date first written above.
(INSERT COMPANY NAME)
BY: _____________________________
SIGNATURE: ________________________
TITLE: _________________________
DATE: ________________________
CITY OF CHARLOTTE
BY: _____________________________
SIGNATURE: ________________________
TITLE: _________________________
DATE: ________________________
This instrument has been pre-audited in the manner required by Local Government
Budget and Fiscal Control Act.
CITY OF CHARLOTTE
FINANCE DEPARTMENT
BY: _________________________________________________
(Signature)
TITLE: ________________________________________________
30
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
EXHIBIT C
EQUIPMENT/VEHICLE LIST
YEAR
2009
2013
2013
2012
1987
2000
1991
2000
2000
1998
2000
2000
2001
1998
1992
MAKE/MODEL
16' EQUIP/LIFT TRAILER
34' GENIE BOOM LIFT
AGRIMETAL STRAW BLOWER GA1805
AIR LESSCO PAINT STRIPER
AIR LESSCO PAINT STRIPER 4000
AIR LESSCO PAINT STRIPER 6000
ALAMO FALCON 15 MOWER
ALAMO FALCON 15 MOWER
AMIDA AL4060-D SITE LIGHT
AMIDA AL4060-D SITE LIGHT
AMIDA AL4060-D SITE LIGHT
AMIDA AL4060D LITE CDIA#2
AMIDA AL4060D LITE CDIA#4
AVALANCHE PLOW
AVALANCHE PLOW
AVALANCHE PLOW
BATTS CLOSURE LIGHT
BATTS CLOSURE LIGHT
BATTS CLOSURE LIGHT
BATTS CLOSURE LIGHT
BATTS DEICER SPRAYER TRAILER
BLASTRAC GPX10-18 SHOT BLASTER
BLAZE 43 F550 DUAL AGENT
BLAZE 5 F550 DUAL AGENT
BOBCAT SKID STEER LOADER
CASE LOADER 621B
CATEPILLAR FORKLIFT (Battery)
CATERPILLAR 953C LOADER
CATERPILLAR D4 DOZER
CATERPILLAR D6D DOZER
CATERPILLAR D6D DOZER
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
CHEVROLET 2500 P/U
CHEVROLET 3500 DUALLY
CHEVROLET 3500 DUALLY P/U
VECHICLE TYPE
TRAILER
PERSONNEL LIFT
STRAW BLOWER
PAINT MACHINE
PAINT MACHINE
PAINT MACHINE
MOWER
MOWER
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SNOW PLOW
SNOW PLOW
SNOW PLOW
RUNWAY LIGHTING
RUNWAY LIGHTING
RUNWAY LIGHTING
RUNWAY LIGHTING
DEICER
PAINT MACHINE
ARFF TRUCK
ARFF TRUCK
HEAVY EQUIPMENT
HEAVY EQUIPMENT
FORKLIFT
HEAVY EQUIPMENT
HEAVY EQUIPMENT
HEAVY EQUIPMENT
HEAVY EQUIPMENT
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
31
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
1995
2008
2008
1995
1992
1999
2008
2001
2013
2013
2013
2009
2010
2005
2001
2014
2007
2007
2011
2011
2011
2011
2011
2009
2009
2009
1992
1992
1992
2003
2003
2003
2003
2003
2003
2004
2005
2004
CHEVROLET ASTRO VAN
CHEVROLET EXPRESS VAN
CHEVROLET EXPRESS VAN
CHEVROLET P30 STEP VAN
CHEVROLET P30 STEP VAN 1 TON
CHEVROLET TAHOE
CHEVROLET UPLANDER VAN
CHEVY ASTRO VAN
CHEVY CARGO VAN
CHEVY IMPALA
CHEVY P/U
CLARK PAN
CLUB CAR CARRYALL 6 EMT CART
CLUB CAR CARRYALL 6 EMT CART
CORE CUT CONCRETE SAW CC1800
CRAFCO CRACK SEALER SS125
CRAFCO JOINT CLEANER
CRAFCO POWER BRUSH 140
CUSHMAN EMT CART
CUSHMAN EMT CART
CYNERGY DUAL AXLE ENCLOSED TRAILER(PAINT)
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DESIGNLINE HYBRID ELECTRIC
DINGO
DITCHWITCH 2300 TRENCHER
E - ONE BLAZE 41
E - ONE BLAZE 2
E - ONE BLAZE 7
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
MEDIUM TRUCK
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
HEAVY EQUIPMENT
ELECTRIC VEHICLE
ELECTRIC VEHICLE
CONCRETE SAW
RUNWAY SEALER
RUNWAY SEALER
RUNWAY SEALER
ELECTRIC VEHICLE
ELECTRIC VEHICLE
TRAILER
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
TRACTOR
HEAVY EQUIPMENT
ARFF TRUCK
ARFF TRUCK
ARFF TRUCK
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
32
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
2005
2005
2005
2005
2007
2007
2007
2007
2007
2007
2007
2008
2008
2008
2008
2008
2014
2014
2014
2008
2008
2006
1996
1997
1995
1996
1999
2002
1994
2008
2014
1995
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
ELDORADO NATIONAL
E-RIDE ELECTRIC VEHICLE
E-RIDE ELECTRIC VEHICLE
EZ/GO ELECTRIC GOLF CART#1
EZ/GO ELECTRIC GOLF CART#2
EZ-GO CART
EZ-LINER MODEL AL720-EZ (TRUCK MOUNTED)
EZ-LINER/Mounted on Equip #77000
F150 P/U
FALLEN SOLDIER CART
FORD 250 ECONOLINE VAN
FORD 2810 TRACTOR
FORD 4600SU TRACTOR
FORD 4610SU TRACTOR
FORD 4610SU TRACTOR
FORD 4610SU TRACTOR
FORD 6600 TRACTOR
FORD 6610 TRACTOR
FORD 6610 TRACTOR
FORD BRONCO
FORD BRONCO
FORD CROWN VICTORIA
FORD CROWN VICTORIA
FORD DUMP TRUCK
FORD E250 CARGO VAN
FORD E250 CARGO VAN
FORD E250 CARGO VAN
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
2 PASS ELEC. VEHICLE
2 PASS ELEC. VEHICLE
PASS VEHICLE
PASS VEHICLE
ELECTRIC VEHICLE
PAINT MACHINE
PAINT MACHINE
PICKUP TRUCK
TRAILER
PASS VEHICLE
TRACTOR
TRACTOR
TRACTOR
TRACTOR
TRACTOR
TRACTOR
TRACTOR
TRACTOR
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
HEAVY TRUCK
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
33
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
1996
1996
1996
1997
1998
1999
2000
2012
2013
1991
2007
2007
2007
2007
2007
2007
2007
2008
2008
2008
2008
2008
2008
2008
2008
2005
2005
2005
2005
2002
2005
2008
2008
2012
2012
2008
2008
2008
2002
2013
1997
2005
2005
2011
2005
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
E250 CARGO VAN
E250 CARGO VAN
E250 CARGO VAN
E250 CARGO VAN
E250 CARGO VAN
E250 CARGO VAN
E250 CARGO VAN
E250 CARGO VAN
E250 CARGO VAN
E350 (PAINTER)
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 ELKHART COACH
E450 GOSHEN
E450 GOSHEN
E450 GOSHEN
E450 GOSHEN
E450 SUPER DUTY
E450 SUPER DUTY
ESCAPE
ESCAPE
ESCAPE
ESCAPE
ESCAPE
ESCAPE HYBRID 4X4
ESCAPE HYBRID 4X4
EXPEDITION
EXPLORER
EXPLORER
EXPLORER
EXPLORER
EXPLORER
EXPLORER
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
PASS
34
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
VEHICLE
2005
2006
2011
2014
2014
2005
2005
2005
2005
2014
2011
2013
2007
2007
2002
2007
2007
1999
1996
1996
2008
2012
2012
2012
2012
2008
2008
2008
2008
2008
2008
2008
2008
1992
1992
1996
2001
1993
2014
2014
2012
2012
2012
2005
2005
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
EXPLORER
EXPLORER
EXPLORER
EXPLORER
EXPLORER
EXPLORER
EXPLORER
EXPLORER
EXPLORER
EXPLORER (CHAD HUSKINS)
EXPLORER (HERBERT)
EXPLORER (JIMMY MYNATT)
F150 4X4 SUPER CAB
F150 CREW
F150 P/U
F150 P/U
F150 P/U
F150 P/U
F150 P/U
F150 P/U
F150 PICK UP
F150 PICK UP TRUCK
F150 PICK UP TRUCK
F150 PICK UP TRUCK
F150 PICK UP TRUCK
F150 REG CAB
F150 REG CAB
F150 REG CAB
F250 CREW CAB 4X4
F250 CREW CAB 4X4
F250 CREW CAB 4X4
F250 CREW CAB 4X4
F250 CREW CAB 4X4
F250 P/U
F250 P/U
F250 P/U
F250 P/U
F250 P/U PAINT TRUCK
F250 PICKUP TRUCK
F250 PICKUP TRUCK
F250 PICKUP TRUCK
F250 PICKUP TRUCK
F250 PICKUP TRUCK
F250 SUPER DUTY
F250 SUPER DUTY
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PASSENGER VEHICLE
PASSENGER VEHICLE
PASSENGER VEHICLE
PASSENGER VEHICLE
PASS VEHICLE
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKTRUCK
PICKTRUCK
35
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
2008
2008
2006
2006
2006
2006
2008
2008
2012
2012
2008
2014
2014
2014
2008
2005
1996
2007
2014
1996
1996
1986
2008
2014
2005
2005
2008
1997
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
F250
F250
F250
F250
F250
F250
F250
F250
F250
F250
F250
F250
F250
F250
F250
F350
F350
F350
F350
F350
F350
F350
F350
F450
F450
F450
F450
F450
F550
SUPER DUTY 4X4
SUPER DUTY 4X4
SUPER DUTY/UTIL. BED
SUPER DUTY/UTIL. BED
SUPER DUTY/UTIL. BED
SUPER DUTY/UTIL. BED
UTILITY BED
UTILITY BED
UTILITY BED
UTILITY BED
UTILITY BED
UTILITY BED (BDY#82031)
UTILITY BED (BDY#82032)
UTILITY BED (BDY#82033)
XL SUPER DUTY P/U
BOARDING STAIR
DUALLY
P/U 6PK
SUPER DUTY DUMP
UTILITY BED (BDY#82034)
UTILITY BODY
UTILITY BODY
WRECKER
SUPER DUTY 4X4 CREW
SUPER DUTY/UTIL. BED(BDY#82035)
UTILITY BODY
UTILITY BODY
XL SUPER DUTY 4X4
2008
2012
2012
2012
2012
2012
2012
2012
2012
2012
1997
2012
1993
1984
1991
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
FORD
F550 4X4 BOX TRUCK
F550 ELDORADO
F550 ELDORADO
F550 ELDORADO
F550 ELDORADO
F550 ELDORADO
F550 ELDORADO
F550 ELDORADO
F550 ELDORADO
F550 ELDORADO
F550 UTILITY BODY/WITH CRANE
F550 UTILITY BODY/WITH CRANE
F700 FUEL TRUCK
F8000 DUMP TRUCK
F900 DUMP TRUCK
PICKUP TRUCK
PICKUP TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
PICKUP TRUCK
AIR STAIRS
PICKUP TRUCK
PICKUP TRUCK
LIGHT DUTY TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
WRECKER/CRANE
LIGHT DUTY TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT DUTY TRUCK
PICKUP TRUCK
MEDIUM TRUCKRUNWAY
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
BUS
MEDIUM TRUCK
MEDIUM TRUCK
HEAVY TRUCK
HEAVY TRUCK
HEAVY TRUCK
36
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
2011
2011
2011
2011
2011
2011
2003
2003
2003
2003
2001
2001
2003
1997
1996
1998
1992
2012
1992
2009
1997
2007
1968
1996
1975
1986
2011
2011
2011
2000
1998
2008
2008
FORD RANGER
FORD RANGER
FORD RANGER
FORD RANGER
FORD RANGER
FORD RANGER
FORD RANGER P/U
FORD RANGER P/U
FORD RANGER P/U
FORD RANGER P/U
FORD RANGER P/U
FORD RANGER P/U
FORD RANGER P/U
FORD SMALL DUMP TRUCK
FORD STAKEBODY
FORD TAURUS
FORD TRACTOR W/FLAIL MOWER
FORD/ELGIN SWEEPER
FRESIA MACHINE/SNOW BROOM
GMC ETNYRE FLUSHER TRUCK
GMC ETNYRE FLUSHER TRUCK
GMC TOPKICK DUMP TRUCK
GMC W5500HD with Equip #76608
GRACO LINE LAZER WALK BEHIND LINE STRIPER
GRACO PAINT STRIPER 6000
H-446 5 TON CRANE (MILITARY Hanson)
HUDSON 9 TON TRAILER
HUDSON TRAILER
HUDSON TRAILER
HUDSON TRAILER
HUDSON TRAILER 10K
HUDSON TRAILER(CORE SAW)
HYSTER H155 FT FORKLIFT (Diesel)
IH (MILITARY) WRECKER 5 TON
IH ROADTRACTOR
INGERSOLL-RAND DD90 ROLLER
INTERNATIONAL DUMP TRUCK
INTERNATIONAL DUMP TRUCK
INTERNATIONAL DUMP TRUCK
INTERNATIONAL ROLLBACK
JCB BACKHOE
JET RODDER
JLG 40' ELECTRIC LIFT
JOHN DEERE 450J DOZER
JOHN DEERE 624K LOADER
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
PICKUP TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
LIGHT TRUCK
PASS VEHICLE
PASS VEHICLE
PICKUP TRUCK
HEAVY TRUCK
MEDIUM TRUCK
PASS VEHICLE
TRACTOR
HEAVY TRUCK
SNOW PLOW
HEAVY TRUCK
HEAVY TRUCK
HEAVY TRUCK
MEDIUM TRUCK
PAINT MACHINE
PAINT MACHINE
CRANE TRUCK
TRAILER
TRAILER
TRAILER
TRAILER
TRAILER
TRAILER
FORKLIFT
WRECKER/CRANE
HEAVY TRUCK
HEAVY EQUIPMENT
HEAVY TRUCK
HEAVY TRUCK
HEAVY TRUCK
MEDIUM TRUCK
HEAVY EQUIPMENT
PLUMBING EQUIP.
PERSONNEL LIFT
HEAVY EQUIPMENT
HEAVY EQUIPMENT
37
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
1984
2008
2011
2011
1986
2008
2008
2008
2008
2008
2008
2008
2008
2008
2008
1997
2006
2005
JOHN DEERE 710D BACKHOE
JOHN DEERE 710D BACKHOE
JOHN DEERE 770A GRADER
JOHN DEERE GATOR 4X4
JOHN DEERE SKID STEER
JOHN DEERE TRACTOR/MOWER
JOHN DEERE TRACTOR/MOWER
KOMATSU FD-20-10 FORKLIFT (Diesel)
KOMATSU FG25T-11 FORKLIFT (Gasoline)
KUBOTA ZD331LP72 MOWER
KUBOTA ZD331LP72 MOWER
KUBOTA ZD331LP72 MOWER
KUT-KWIK MOWER MODEL SSM/35/72D
LARGE BATTS SPRAYER (DUMP TRUCK MOUNTED)
LEE BOY TAC SPRAYER
LIGHT TOWER
LIGHT TOWER
LIGHT TOWER
LIGHT TOWER
LIGHT TOWER
LIGHT TOWER
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MAGNUM PRO LITE TOWER/MODEL MLT3060
MASSEY FERGUSON 4263 TRACTOR
MAYVILLE 33SRT REDLIFT
MCER BOMB TRAILER/K9
MEYERS C-9 SNOW PLOW
HEAVY EQUIPMENT
HEAVY EQUIPMENT
HEAVY EQUIPMENT
TRACTOR
HEAVY EQUIPMENT
MOWER
MOWER
FORKLIFT
FORKLIFT
MOWER
MOWER
MOWER
MOWER
DEICER
RUNWAY SEALER
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
SITE LIGHT
TRACTOR
PERSONNEL LIFT
TRAILER
SNOW PLOW
38
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
2005
2004
2012
2008
2006
1993
2005
2006
2001
2009
2009
2009
2006
2001
2012
2014
2014
2005
2006
2008
2008
MEYERS C-9 SNOW PLOW
MOBILE AIR STAIRS
NEW HOLLAND TRACTOR
NEW HOLLAND TRACTOR T6
NEW HOLLAND TS-115A TRACTOR
NISSAN LEAF
NSWCCD BOMB BOX/FAA EQUIP
NSWCCD/BOMB BOX/FAA EQUIP
ONAN 10KW MOUNTED ON 77155
OSHKOSH STRIKER 3000/ BLAZE 1
PACE AMERICAN/K9
POLARIS RANGER ATV
PREMIER/DEICER MT43P21
QUICK CART MODEL 2000 #1
QUICK CART MODEL 2000 #2
ROCKY TOP TRAILER 7K
ROGERS LOW BOY TRAILER 50K
RUSH INTERN'L DUMP TRUCK
RUSH INTERN'L DUMP TRUCK
RUSH INTERN'L DUMP TRUCK
SITE LITE SL4000
SITE LITE SL40000
SNORKEL 80’ LIFT MODEL TBA80RDZ
SOLAR TECH MESSAGE BOARD
SOLAR TECH MESSAGE BOARD
SOLAR TECH MESSAGE MB3048
SPRINTER
SPRINTER
SPRINTER
STERIL KONI PORTABLE LIFTS
STERIL KONI PORTABLE LIFTS
STERLING ELGIN SWEEPER
SULLAIR COMP (on sealer truck) Mod.185
SWEEPSTER CLOSURE LIGHT
SWEEPSTER CLOSURE LIGHT
TARGET PRO 65II
TENNANT 810 RIDER SWEEPER
TENNANT 810 SWEEPER
TENNANT ATLV 4300
TENNANT SWEEPER MODEL 810
TENNANT SWEEPER MODEL 810
TOM CAT 3400 ZAMBONIE
TORO GROUNDMASTER
TORO GROUNDMASTER
TORO GROUNDMASTER
SNOW PLOW
AIR STAIRS
TRACTOR
TRACTOR
TRACTOR
PASS VEHICLE
TRAILER
TRAILER
GENERATOR
ARFF TRUCK
TRAILER
ATV
HEAVY TRUCK
SMARTECARTE
SMARTECARTE
TRAILER
TRAILER
HEAVY TRUCK
HEAVY TRUCK
HEAVY TRUCK
SITE LIGHT
SITE LIGHT
PERSONNEL LIFT
MESSAGE BOARD
MESSAGE BOARD
MESSAGE BOARD
BUS
BUS
BUS
VEHICLE LIFTS
VEHICLE LIFTS
HEAVY TRUCK
HEAVY EQUIPMENT
RUNWAY LIGHTING
RUNWAY LIGHTING
CONCRETE SAW
SWEEPER/SCRUBBER
SWEEPER/SCRUBBER
SWEEPER/SCRUBBER
SCRUBBER/SWEEPER
TRAILER
SWEEPER/SCRUBBER
MOWER
MOWER
MOWER
39
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
2006
2006
2006
2006
1985
2005
1993
TORO GROUNDMASTER 328D
TORO GROUNDMASTER 328D
TORO GROUNDMASTER 328D
TORO GROUNDMASTER 328D
TORO MOWER
TOYOTA / MODEL 7FGCU25 (LPG)
TRIUMPH/DD-104/DEICER
TURBOWAY RAMP CDIA#1
TURBOWAY RAMP CDIA#2
TURBOWAY RAMP CDIA#3
VENTRAC SLOPE MOWER
WACKER RSS 800 ROLLER
WACKER TAMPER
WASP A05236D BOARDING STAIR
WASP AO4973D BOARDING STAIR
WELLS CARGO BOMB TRAILER/K9
WELLS CARGO/RED CROSS
YALE ELECTRIC FORKLIFT ERC050GH (Battery)
YALE LPG FORKLIFT (LPG)
MOWER
MOWER
MOWER
MOWER
MOWER
FORKLIFT
HEAVY TRUCK
AIR STAIRS
AIR STAIRS
AIR STAIRS
MOWER
HEAVY EQUIPMENT
PAINT MACHINE
AIR STAIRS
AIR STAIRS
TRAILER
TRAILER
FORKLIFT
FORKLIFT
40
City of Charlotte – Charlotte Douglas International Airport
RFP 2014-05-001 VM Mechanic Services
Download