Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION

Similar documents
FROM: Karen Racek, Assistant Manager, Airside Leasing and Tenant Relations Commercial Management and Airline Affairs (612)

ADDENDUM NUMBER 1. This Addendum No. 1 consists of the following and is incorporated hereto and made a part hereof the City s RFP:

INVITATION TO BID. BOARD OF EDUCATION OF CAMPBELL COUNTY KENTUCKY EQUAL OPPORTUNITY EMPLOYER 101 Orchard Lane Alexandria, KY 41001

230.2 Procurement Thresholds (Goods and Non-Professional Services)

Metropolitan Airports Commission. Public Hearing to Amend MAC Ordinance 110 October 12, 2015

JACKSONVILLE AVIATION AUTHORITY REAL ESTATE BROKER COMPENSATION POLICY

ATTACHMENT 4 SAMPLE AGREEMENT (for representation purposes only; to be modified as necessary)

Invitation For Bid IFB 2895

Request for Qualifications (RFQ) # On-Call Land Surveying Services November 21, 2018

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book


Lee County Port Authority Real Estate Broker Compensation Policy

BID PROPOSAL FORMS FOR THE SALE OF REAL PROPERTY LOCATED IN THE CITY OF CORONA IN THE COUNTY OF RIVERSIDE

GROUND LEASE AGREEMENT RECITALS

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

Request for Tender. City of Whitehorse VEHICLE AND EQUIPMENT SALE RFT 2017-OPS0019. Close Date: August 11, 2017 at 3:00:00 PM PDT

2016 OCEAN COUNTY FAIR

This addendum is being issued to modify and clarify some sections of the RFP as well as to answer questions submitted by the question deadline.

RFB #RV SALE OF SURPLUS PROPERTIES CHARTER SCHOOL BID PACKAGE

Financial Responsibilities. Financial Responsibilities. Financial Responsibilities MUNICIPAL ELECTED OFFICIALS /18/2018

RFB # RV SALE OF SURPLUS PROPERTIES BID PACKAGE

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

NOTICE OF INVITATION TO BID AT PUBLIC AUCTION

Invitation for Land Sale by Sealed Bid

INSTRUCTION TO BIDDERS

AIRCRAFT TIE-DOWN LEASE AGREEMENT

OFFER TO LEASE AGRICULTURAL LAND. December 17, :00 P.M. Central Time Late offers or unsigned bid/offers will be rejected.

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

PUBLIC SALE PANDA MASCOT COSTUMES PS 01 ( )

TENDER NOTICE. 02 C.A. No. 06/CIDCO/SP/CE(SP)/ SE(TP-III)/ EE(BPR-I)/

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

PRE-BID MEETING MINUTES/ADDENDUM #1 S. LAKEVIEW DRIVE DRAINAGE IMPROVEMENT PROJECT BID NUMBER PW

ADDENDUM #2. September 14, 2018

RFP FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

TENDER NOTICE (ELECTRONIC MODE ONLY) No. GSIDC/ENGG./NIT-185/ Date: 10/01/2019. Time for completion including monsoon

TWISP MUNICIPAL AIRPORT GROUND LEASE

County of Sacramento REQUEST FOR BIDS 8902 BEDFORD AVENUE FAIR OAKS, CALIFORNIA. Minimum Bid Price: $75,000

FRANKLIN COUNTY CIVIC DEVELOPMENT CORPORATION DISPOSITION OF PROPERTY POLICY. I. Introduction

REQUEST FOR PROPOSALS (RFP #PWFM ) Lease of Real Property for Agricultural Farming

BID FORM STIPULATED PRICE BID. City Province Postal Code

NOTICE OF PUBLIC AUCTION SPECIAL COMMISSIONER S SALE OF REAL ESTATE RUSSELL COUNTY, VIRGINIA

ADDENDUM NO. 1 TO BID PACKAGE MAY 27, 2011

Sale Of Land For Tax Arrears By Public Tender

RFB #DM SALE OF SURPLUS PROPERTIES BID PACKAGE

Abatement and Management Office Demolition at Parks Place IFB Number

AUCTION RULES AND REGULATIONS Garfield Road, Macomb Township, Michigan 48044

New 2017 Fairway Deep Tine Aerifier

TRIBAL CODE CHAPTER 13 PROCUREMENT AND PROPERTY MANAGEMENT

The Real Property Services Division is requesting HIGHEST AND BEST OFFERS to lease minerals it may own in the following lands:

RESERVATION AGREEMENT

General Terms and Conditions of Sealed Bid Auction Auction Date October 4, 2017

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

Organizational Policy and Procedure: Section 1.00 Real Estate Brokerage. Properties

No.: GSIDC/ENGG./NIT-115/

REAL ESTATE SALESPERSON ADDENDUM

MEMO. Hon. Carter Borden, Chair Gloucester County Board of Supervisors. Brenda G. Garton County Administrator. HMA Grants Coordinator

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

Request for Proposal for Leasing of Office Space in Centre County c/o Central Pennsylvania Workforce Development Corporation

ORDINANCE NO

Unit 53 Arden S.R. 80 & Onsite Earthwork, Roadway, Drainage & Utility Improvement Project for Northern Palm Beach County Improvement District

Družba za upravljanje terjatev bank, d.d., Davčna ulica 1, Ljubljana (hereinafter: the Seller ), hereby issues the following

UCF FACTS MADE PART OF THIS SOLICITATION

ST. LAWRENCE COUNTY INDUSTRIAL DEVELOPMENT AGENCY CIVIC DEVELOPMENT CORPORATION Resolution No. CDC January 23, 2013

DLA Piper LLP (US) 6225 Smith Avenue Baltimore, Maryland

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

GOOCHLAND COUNTY REQUEST FOR QUOTATION LANDSCAPE ARCHITECTURE DESIGN SERVICES

COURT OF MILAN BANKRUPTCY - 2ND CIVIL SECTION * * * * * *

BUY/SELL AGREEMENT. 4. Possession will be given to Buyer at closing. Exceptions: None.

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

BUY/SELL AGREEMENT. 4. Possession will be given to Buyer at closing. Exceptions: None.

Charleston County School District. Procurement Services

COUNTY OF TANEY, MISSOURI

AUTOMOTIVE DIVISION TERMS & CONDITIONS

Lincoln County Board of Commissioner s Agenda Item Cover Sheet

REQUIREMENTS FOR CONSTRUCTION AND CONSTRUCTION RELATED CONTRACTS WITH VALUES OF LESS THAN $200,000

DISPOSAL OF PROPERTY GUIDELINES Dutchess County Water and Wastewater Authority

School District Bidding Requirements Under North Dakota Law NDSBA Fall School Law Seminar Nicholas C. Grant Ebeltoft. Sickler. Lawyers.

Rooftop Antenna Leases

BUY/SELL AGREEMENT. 4. Possession will be given to Buyer at closing. Exceptions: None.

Invitation to Bid #12/13-09

RFP FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS

Sta S ce tyace E. y P E i. ckp e irck in e g ring Missi M ss iispsi p sis Sitpaptie S Ata u tdei A to u r ditor

Town of South Berwick Contact: Public Sale of Tax Acquired Property. Tax Map 10 Lot 30. Bid Packet

Guidelines and Procedures for the Disposal of Personal Property

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

SOLICITATION NO: B DS. REQUEST FOR LEASE BIDS RELEASE DATE: April 13, 2015

STATEMENT OF WORK PORTABLE TOILETS & SEPTIC SYSTEM WASTE REMOVAL SERVICES

Second Land and Real Estate Registration Project. between KYRGYZ REPUBLIC. and INTERNATIONAL DEVELOPMENT ASSOCIATION

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

NOTICE OF PUBLIC AUCTION SPECIAL COMMISSIONER S SALE OF REAL ESTATE ARLINGTON COUNTY, VIRGINIA

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Surplus Bank-Owned Real Estate Former Bank Branches, Office Buildings and Residual Land Sites For Immediate Sale

Town of Poland, Maine Notice of Public Sale of Tax Acquired Property

PROPOSAL CONTENT AND FORMAT

A. The purpose of this policy is to establish purchasing guidelines. This policy is applicable to all purchasing for the City of Moscow Mills.

INVITATION TO BID AVAILABILITY OF LEASING FOR 30 FOOT CHARTER BOAT SLIP CAPE COD CANAL, MASSACHUSETTS

BUY/SELL AGREEMENT. 4. Possession will be given to Buyer at closing. Exceptions: None

SELLER S SALE MEMORANDUM AND DEPOSIT RECEIPT

DEED OF EASEMENTS PREPARED BY, AND WHEN RECORDED RETURN TO:

Transcription:

Metropolitan Washington Airports Authority PROCUREMENT AND CONTRACTS DEPT. AMENDMENT OF SOLICITATION Metropolitan Washington Airports Authority Procurement and Contracts Dept., MA-29 1 Aviation Circle, Suite 154 Washington, DC 20001-6000 Telephone: (703) 417-8660 1A. AMENDMENT OF SOLICITATION NO. 1B. DATED 5-16-C001 July 12, 2016 2A. AMENDMENT NO. 2B. EFFECTIVE DATE Four (0004) September 16, 2016 The solicitation identified in Block 1A is amended as set forth in Block 3. Hour and date specified for receipt of offers is extended, is not extended. Offerors must acknowledge receipt of this amendment prior to the hour and dated specified in the solicitation or as amended, by one of the following methods: (a) by completing Block 4 and returning copy of the amendment; (b) by acknowledging receipt of this amendment on the Solicitation Offer and Award Sheet, Block 13. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. 3. DESCRIPTION OF AMENDMENT Metropolitan Washington Airports Authority solicitation 5-16-C001 entitled Rental Car Concessions is amended as follows: PAGE 1 1. IFB, Section G (Pg. 7 of 16) Requirements of Bids, Paragraph 2 Minimum Annual Guarantee The total of the five years Minimum Annual Guarantees will be the sole basis for determining the winning bidders and the order of bids for purposes of selecting the winning bidders Premises. Each Bidder s Minimum Annual Guarantee bid for the first Contract Year must be at least Four Million Nine Hundred Thousand Dollars ($4,900,000). Each bidder s Minimum Annual Guarantee bid for each of the subsequent Contract Years shall be at least three percent (3%) greater than the bid for the prior Contract Year. If a Bidder fails to provide a Minimum Annual Guarantee in accordance with these requirements for each Contract Year, the bid will be rejected. 2. IFB, Attachment III BID FORM Has been changed to reflect the revised Minimum Annual Guarantee. 3. IFB, Section II E, Description of Premises (Pg. 2 of 16) is hereby changed. 4. All other terms and conditions of the Contract remain unchanged. Except as provided herein, all terms and conditions of the document referenced in Block 1A, as heretofore changed, remain unchanged and in full force and effect. 4A. NAME AND TITLE OF OFFEROR 4B. SIGNATURE 4C. DATE MWAA Form PR-06 (Rev. 1/2003)

D. Concession Fee The annual concession fee that must be paid by each on-airport rental car company will be the greater of the minimum annual guarantee, as bid in response to this IFB, or the Percentage of Gross Receipts Fee. The Percentage of Gross Receipts Fee shall be ten percent (10%) of Gross Receipts, as the terms more fully defined in the Contract. E. Description of Premises Successful bidders will have two selections that include designated areas for 1) Counter and Office Space Premises and 2) Ready/Return Spaces and Quick Turnaround Area Facilities (QTA). Successful bidders have the option of choosing Counter and Office Space as designated below. The and QTA spaces are selected as an Area, separately from the Counter and Office Space. The available Premises are described in more detail in Article 2 of the Draft Concession Contract. All square footages stated below are approximate. 1. Counter and Office Space Premises Garage A - 281 linear feet of counter and 8,238 total square feet of counter and office space: Space 1: 101/102/201/202-112 l.f.; counter; 1336 s.f.; office (south side); Space 2: 401/402/501/502-102 l.f.; counter; 1003 s.f.; office (north side); Space 3: 301/302-56 l.f.; counter; 736 s.f. office (north side). 2. Garage A Ready/Return Spaces and Quick Turnaround (QTA) Spaces Level 1 93,079 s.f. Level 2 52,904 s.f. Total 145,983 s.f. Level 2 150,000 s.f. Total 150,000 s.f. Level 3 207,917 s.f. Total 207,917 s.f. Area 1 Office/Wash; 12 fuel dispensers; 2 carwash bays; site area 31,000 s.f. Area 2 Office/Wash; 16 fuel dispensers; 4 carwash bays; site area 32,000 s.f. Area 3 Office/Wash; 20 fuel dispensers;4 carwash bays; site area 37,000 s.f. Metropolitan Washington Airports Authority Revised Amendment 004 Invitation for Bids No. 5-16-C001 Page 2 of 16

. 3. Overflow Area F. Shuttle Bus Service The Authority, in its discretion, may make space available for successful Bidders temporary vehicle storage operations (Overflow Area) under separate letter agreements. Approximately 49,600 square feet of space has historically been available proximate to Garage A for use by rental car companies as an Overflow Area. After the Premises are assigned, the Authority will meet with the successful Bidders to discuss their needs for Overflow Areas. If available space exists, based on the expressed needs, the parties will negotiate the assignment of the space and, as appropriate, enter into separate agreements for the use of the space. The rental rate for overflow space shall be $2.10 per square foot per annum for the first Contract Year and the Authority reserves the sole right thereafter to adjust the rental rate on an annual basis. Either party may cancel the letter agreement with sixty (60) days advance written notice. The Authority provides shuttle bus service between Garage A and Terminals A, B & C for public parking and rental car patrons. The Authority will continue to require off-airport rental car companies to use a common-use, off-airport rental car company courtesy vehicle system to pickup and discharge customers at locations established by the Airport. G. Qualified Green Vehicle Rental The Authority is committed to responsible environmental stewardship in all operations at the Airport. In support of this goal, the Authority expects all on-airport rental car concessionaires to include vehicles meeting an Environmental Protection Agency ( EPA ) Green Vehicle score in their on-airport vehicle fleet, and to promote the availability of environmentally friendly vehicles to rental car customers when they rent at the Airport. III. PRE-BID CONFERENCE A. A pre-bid conference will be held at 10a.m. on Wednesday, July 27, 2016, in the Metropolitan Washington Airports Authority, Ronald Reagan Washington National Airport, Terminal A Conference Center Room B Washington, DC. B. All questions concerning this IFB must be submitted electronically via the form on the Authority's website at: http://www.mwaa.com/business/current-contracting-opportunities Metropolitan Washington Airports Authority Revised Amendment 004 Invitation for Bids No. 5-16-C001 Page 3 of 16

ATTACHMENT III BID FORM TO OPERATE A RENTAL CAR CONCESSION AT RONALD REAGAN WASHINGTON NATIONAL AIRPORT Date: To: Re: Manager, Airport Administration Department c/o Procurement and Contracts, Suite 154 Metropolitan Washington Airports Authority 1 Aviation Circle Washington, DC 200001 Invitation For Bids, (IFB) No. 5-16-C001 1. Pursuant to the Authority's IFB for the right and privilege of establishing and operating a rental car concession at Ronald Reagan Washington National Airport, the undersigned hereby submits a bid based on and subject to the terms and conditions of the IFB documents, which documents have been read by the undersigned and to which the undersigned agrees. 2. The undersigned will operate the following rental car brand(s) under the Contract (Attachment 1). 3. Based upon the terms, provisions and conditions of the IFB documents, the undersigned hereby agrees to pay to the Metropolitan Washington Airports Authority, for the right and privilege of operating an on-airport rental car concession, either the following Minimum Annual Guarantee or a ten percent (10%) concession fee of the total Gross Receipts derived from its concession operations at the Airport as specified in the Contract (Attachment I), whichever is greater, on a Contract Year basis: A. Contract Year Minimum Annual Guarantee: 1. Dollars ($ ) 2. Dollars ($ ) 3. Dollars ($ ) 4. Dollars ($ ) 5. Dollars ($ ) Total Dollars($ ) 1 Revised Amendment 004

Note: The total of the five years Minimum Annual Guarantees will be the sole basis for determining the winning bidders and the order of bids for purposes of selecting the winning bidders Premises. Each Bidder s Minimum Annual Guarantee bid for the first Contract Year must be at least Four Million Nine Hundred Thousand Dollars ($4,900,000). Each bidder s Minimum Annual Guarantee bid for each of the subsequent Contract Years shall be at least three percent (3%) greater than the bid for the prior Contract Year. If a Bidder fails to provide a Minimum Annual Guarantee in accordance with these requirements for each Contract Year, the bid will be rejected. ATTEST: By: (Company name) (Signature-authorized official) (Printed Name) (Title) Address: Telephone No.: 2 Revised Amendment 004