Title
Airport Technology Service Contracts
Action
Action:
A. Approve unit price contracts with the following companies for technology services work for an initial term of five years:
‒ AECOM Technical Services, Inc. of North Carolina
‒ AME Consulting Engineers, PC (SBE)
‒ Alliance of Professionals & Consultants, Inc.
‒ Ariespro
‒ Arora Engineers Inc. (DBE)
‒ Birdi Inc. (DBE)
‒ Burns Engineering Inc.
‒ Carolinas IT Inc.
‒ Chrysalis Global Aviation
‒ Creelman, Inc.
‒ db Consulting, Inc.
‒ DotClark Consulting, LLC (MBE, SBE)
‒ Eden & Associates, PC (DBE)
‒ Faith Group, LLC
‒ G&S Communications and Technical Services, Inc. (SBE)
‒ High Performance Technologies, LLC
‒ Image Solutions and Services, Inc.
‒ Innovative Technology Engineering, LLC
‒ Intratek Computer, Inc.
‒ PepperRoss, LLC
‒ Ross & Baruzzini, Inc.
‒ Rove, LLC
‒ Siemens Postal, Parcel & Airport Logistics, LLC
‒ Tamironics, Ltd
‒ Thales USA, Inc.
‒ Dottie Rose Consulting, LLC
‒ The JW Group, Inc.
‒ The Select Group
B. Authorize the City Manager to renew the contracts for up to two, one-year terms with possible price adjustments and to amend the contracts consistent with the purpose for which the contracts were approved,
C. Authorize the City Manager to purchase maintenance and support for systems purchased under these contracts for as long as the City uses the systems, and
D. Authorize the City Manager to purchase such additional software licenses, services, and hardware as needed from time to time to optimize the City’s use of the systems purchased under these contracts.
Body
Staff Resource(s):
Brent Cagle, Aviation
Haley Gentry, Aviation
Explanation
§ The City is responsible for overseeing and managing the technology environment for the operation of the Airport 24 hours a day.
§ It is critical to ensure the Airport’s technology systems are stable and safe to allow for tenants to connect to their own technology systems.
§ These task order contracts will provide Aviation the necessary flexibility to ensure the needs of the rapidly changing environment are met.
§ These contracts include general technology services and may include the purchase and maintenance of software or hardware.
§ On January 29, 2018, the City issued a Request for Proposals (RFP); 59 proposals were received.
§ The above companies best meet the City’s needs in terms of experience, staffing, compensation, and responsiveness to RFP requirements.
§ Estimated annual expenditures across all contracts is $780,000.
§ These services will occur on Airport property, Council District 3.
Charlotte Business INClusion
No subcontracting goal was established for this selection because there are no subcontracting opportunities (Part C: Section 2.1(a) of the Charlotte Business INClusion Policy).
However, the City decided to pre-qualify MWSBE and DBE firms in an effort to provide a greater opportunity for participation on airport technology projects. Six of these contracts will be awarded to the following firms:
§ AME Consulting Engineers, PC (SBE)
§ Arora Engineers Inc. (DBE)
§ Birdi Inc. (DBE)
§ DotClark Consulting, LLC (MBE, SBE)
§ Eden & Associates, PC (DBE)
§ G&S Communications and Technical Services, Inc. (SBE)
Subcontracting goals will be determined on a task order basis as the scopes of the projects are defined.
Fiscal Note
Funding: Aviation Community Investment Plan and Aviation Operating Budget