How To Write An Airport Concession Package
|
|
|
- Aubrey Crawford
- 5 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSAL CONCESSIONS OPPORTUNITIES FOR CUSTOMER EXPERIENCE July 20, 2015 Revised September 113, 2015
2 TABLE OF CONTENTS I. INTRODUCTION... 2 II. OVERVIEW... 6 III. SCHEDULE... 7 IV. GLOSSARY OF TERMS... 8 V. TERM VI. DISQUALIFICATION VII. INTERPRETATION OF PROPOSAL DOCUMENTS VIII. PROPOSAL OVERVIEW IX. PROPOSAL GUIDELINES X. PROPOSAL PREPARATION INSTRUCTIONS XI. MINIMUM QUALIFICATION REQUIREMENTS XII. PROPOSAL EVALUATION CRITERIA Exhibit A Exhibit B Exhibit C Exhibit CD Exhibit DE Exhibit F Exhibit G Exhibit H Proposal Acknowledgement Form Concessions Business Disclosure Form Summary of Financial Statements Estimated Investment Pro Forma Airport Concessions Disadvantage Business Enterprise (ACDBE) Information Workforce Composition Proposer Checklist Attachment 1 Proposal Packages, Lease Exhibits and Rent Proposal Acknowledgement Attachment 2 Sales Expectation Information Attachment 3 Draft Concession Agreement
3 I. INTRODUCTION The Dallas/Fort Worth International Airport Board (Board) is seeking proposals from Baggage Wrapping, Retail Vending and Mailing Services companies to install, maintain, manage and operate in the Dallas/Fort Worth International Airport (DFW) terminals and various Board-owned buildings. Terminal Renewal and Improvement Program (TRIP) DFW Airport is currently under a phased construction program, which will close sections of the terminal for 1-2 years. The successful proposer must be prepared to move inventory with a notice at various times to accommodate passengers and employees. The Terminal Renewal and Improvement Program calls for phased construction of the four legacy terminals. Terminal A began in May 2011, Terminal B and Terminal E began construction in the main terminal areas in Airport Profile: The following FY14 facts provide a brief overview of DFW Airport and its passengers: Purpose of trip: 37% business / 63% leisure Approximately 43% of total passengers are O&D Traffic, 57% of passengers connect through DFW from other locations million passengers travel through DFW annually, which equates to more than 170,000 daily passengers. Concessions sales in 2014 exceeded $313 million One out of eleven connecting passengers in the United States connects through DFW Airport. Average perceived dwell time for all passengers is approximately 124 minutes and connecting passengers approximately 138 minutes. 1 Terminal Profile Information Passenger Counts Terminal A: 14.3 million total passengers 7.1 million enplanements Terminal B: 7.0 million total passengers 3.5 million enplanements Terminal C: 19.3 million total passengers 9.7 million enplanements Terminal D: 12.4 million total passengers 6.2 million enplanements Terminal E: 9.9 million total passengers 4.9 million enplanements Additional information about passenger traffic statistics is available at
4 Passenger Demographics Terminal A (YTD December 2014) Heavy connecting traffic (70%) More leisure travelers (62%) Slightly more females (56%) Largest age group: 45 to 54 (24%) Second largest age group: 55 to 64 (20%) Flight class First Class (6%) Business/Upper Class (5%) Economy/Tourist Class (89%) Number of trip in last 12 months 1 5 (70%) > 5 (30%) Passenger Demographics Terminal B (YTD December 2014) Heavy connecting traffic (82%) More leisure travelers (60%) Slightly more females (59%) Largest age group: 55 to 64 (22%) Second largest age group: 45 to 54 (20%) Flight class First Class (2%) Business/Upper Class (6%) Economy/Tourist Class (92%) Number of trip in last 12 months 1 5 (67 %) > 5 (33 %) Passenger Demographics Terminal C (YTD December 2014) Heavy connecting traffic (73%) More leisure travelers (63%) Slightly more females (59%) Largest age group: 55 to 64 (22% Second largest age group: 45 to 54 (21%) First Class (9%) Business/Upper Class (4%) Economy/Tourist Class (87%) Number of trip in last 12 months 1 5 (68%) > 5 (32%)
5 Passenger Demographics Terminal D (YTD December 2014) Heavy connecting traffic (69%) More leisure travelers (70%) Slightly more females (59%) Largest age group: 45 to 54 (20.1%) Second largest age group: 26 to 34 (19.8.%) Flight class First Class (5%) Business/Upper Class (6%) Economy/Tourist Class (89%) Number of trip in last 12 months 1 5 (70%) > 5 (30%) Passenger Demographics Terminal E (YTD December 2014) Connecting traffic (15%) More leisure travelers (62%) Slightly more females (53%) Largest age group: 55 to 64 (23%) Second largest age group: 45to 54 (21%) Flight class First Class (4%) Business/Upper Class (8%) Economy/Tourist Class (88%) Number of trip in last 12 months 1 5 (67%) > 5 (33%) Concessions Sales Terminal A $28.7 million (9%of total) in FY14 Food & Beverage $20.7M (72% of Terminal B Total) Retail $8.0M (28% of Terminal B Total) Terminal B: $28.7 million (9%of total) in FY14 Food & Beverage $20.7M (72% of Terminal B Total) Retail $8.0M (28% of Terminal B Total) Terminal C $28.7 million (9%of total) in FY14 Food & Beverage $20.7M (72% of Terminal B Total) Retail $8.0M (28% of Terminal B Total)
6 Terminal D: $95.6 million (30% of total in FY14) Food & Beverage $47.0M (49% of Terminal D Total) Retail $32.4M (34% of Terminal D Total) Duty Free - $16.1M (17% of Terminal D Total) Terminal E: $41.3 million (13% of total in FY14) Food & Beverage $25.7M (62% of Terminal E Total) Retail $15.6 (38% of Terminal E Total) Concessionaire Charges Concessionaire Charges can be found on the website at Click on FY2015 Schedule of Charges For FY15, O&M charges will be $22.91 per SF annually. This rate changes annually based on contract expenses for airport services and maintenance. Marketing Assessment is currently 0.2% of Gross Receipts, but may increase, but not to exceed 0.5%. Other charges such as badging, employee transportation, etc. may apply and vary per the Schedule of Charges. Rent Commencement Rent will begin upon receipt of Temporary Certificate of Occupancy in accordance with your submitted and approved construction schedule, unless otherwise specified. Refer to Draft Lease Agreement, Article 1. It is important for Proposers to note that the Airport environment presents to the operator a set of unique challenges which do not exist in a typical shopping center setting. The Board makes no warranty, promises or representations as to the economic viability of any concession location or business concept. The Board makes no warranty that airline usage of gates or other facilities adjacent to the Premises will not change.
7 II. OVERVIEW This proposal includes opportunities to bid on three (3) separate customer service concepts to be utilized by passengers at Dallas Fort Worth International Airport. The proposal packages for consideration include the following concepts/services: 1. Baggage Wrapping Service Concession 2. Automated Retail Vending Machine Concession 3. Mailing Services for Passenger Surrendered Items Concession Each concept and requirements are fully described in this Request for Proposal (RFP) document and in the proposal packages attached. All proposals meeting the minimum qualification requirements of this RFP will be reviewed to determine the highest scoring proposal. Instructions are included in this RFP regarding the information to include and how to format your proposal. The successful proposers for these concepts will have the non-exclusive right to install, maintain, manage, operate and sell products and services at its own expense. Addendums to this RFP will be posted to our website at it is suggested that you visit this website on a daily basis during the proposal preparation process. Note: The website is our primary communication tool for addenda and updated information regarding this Request for Proposal. If you do not have access to a computer for updates, you must provide the Procurement and Material Management Department with a fax number for addenda. This request must be made in writing either in person or by fax at It is the proposer's responsibility to verify that the Procurement and Material Management Department has this information. Design and construction of all improvements will be the sole responsibility of the Concessionaire and will be subject to DFW's prior approval in accordance with the DFW Tenant Design Manual and DFW Design Criteria Manual.
8 III. SCHEDULE Issuance of Request for Proposal July 20, 2015 Pre-Proposal Webinar August 5, 2015 at 10:00 am 12:00pm (CST). Register at Final Date for Questions and Clarification August 27, 2015 by 5:00 p.m. (CST) Proposal Due Date September 10, 2015 by 2:00 p.m. Central Time Proposal Due Date for RFP Package CE1-1 (Baggage Wrapping Services) September 21, 2015 by 2:00 p.m. Central Time Tentative Interviews for (Baggage Wrapping Services) by Selection Committee October 22-23, 2015 Once received, the proposals, materials, and other collateral submitted will become the property of DFW Airport Address package to: Airport Headquarters Procurement and Materials Management Airport Concessions Request for Proposal Attn: Raquel (Kelly) Cleveland 2400 Aviation Drive 1 st Floor DFW Airport, Texas Tentative Interviews by Selection Committee for Packages CE-1 Automated Retail Vending and CE1-3 Mailing Services October 14-16, NOTE: Interviews are not required for all proposers but may be necessary to determine final recommendations in some packages. Interviews are not guaranteed. Should five or less proposals be submitted for each package, the Selection Committee may elect to interview all Proposers. Selection Committee Recommendations November 3, 2015 Submittal to DFW Airport Board of Directors for Approval November 5, 2015 All dates are subject to change; please check our website for updates.
9 IV. GLOSSARY OF TERMS Airfield Operations Area (AOA) - Restricted Area where planes operate. Airport Dallas/Fort Worth International Airport Airport Concessions Disadvantaged Business Enterprise (ACDBE) A concession that is a for-profit small business concern (1) that is at least 51 percent owned by one or more individuals who are both socially and economically disadvantaged or, in the case of a corporation in which 51 percent of the stock is owned by one or more such individuals; and (2) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. Concession - (1) A business, located on an airport that is engaged in the sale of consumer goods or services to the public under an agreement with DFW Airport, another concessionaire, or the owner or lessee of a terminal, if other than DFW Airport. (2) A business conducting one or more of the following covered activities, even if it does not maintain an office, store, or other business location on the airport, as long as the activities take place on the airport: Management contracts and subcontracts, a webbased or other electronic business in a terminal or which passengers can access at the terminal, an advertising business that provides advertising displays or messages to the public on the airport, or a business that provides goods and services to concessionaires. Deplaning Passenger Passenger exiting an aircraft DFW Dallas/Fort Worth International Airport Enplaning Passenger (Enplanement) Passenger boarding an aircraft Gross Receipts (sometimes called Gross Revenues and/or Gross Sales) All monies paid or payable to the Concessionaire for sales made or services rendered at or from the Premises, to include catering and internet sales, regardless of when or where the order therefore is received (including outside of Premises), and any other receipts, credits, rebates, allowances, or revenue of any type arising out of or in connection with
10 Concessionaire s operation (or those operations of Concessionaire s agents or sublessees) at the Premises, including but not limited to, branding fees, marketing fees, merchandising fees, promotional allowances, retail display allowances (RDA), and any type of ancillary advertising or product placement fees/allowances provided, however that Gross Receipts shall not include: 1. Any taxes imposed by law which are separately stated to and paid by a customer and directly payable to the taxing authority by Concessionaire; 2. Amounts and credits received in settlement of claims for loss of, or damage to merchandise; 3. Amounts and credits received from suppliers for products and merchandise returned by Concessionaire; 4. Cash and credit card refunds to customers for merchandise returned; 5. Insurance proceeds; 6. Bulk sales as defined by the U.C.C; 7. Tax rebates; 8. Inter-store transfers; and 9. Amounts for coupons and other forms of discounts (including, but not limited to, complimentary customer and employee meals), such that only the amounts actually received are ultimately included in Gross Receipts. When properly recorded and accounted for, Concessionaire may also deduct from Gross Receipts the Mixed Beverage Taxes paid to the State of Texas and levied as a percentage of the amounts charged by Concessionaire for mixed beverages; provided Concessionaire lists said Mixed Beverage Taxes on reports of Gross Receipts submitted to the Board. Agreement - The contract document. Minimum Annual Guarantee (MAG) The amount proposed and/or agreed to by the Concessionaire, that Concessionaire guarantees as minimum payment per year to DFW. Percentage Rent In addition to the MAG, Concessionaires shall pay percentage rent but only to the extent that percentage rent exceeds the monthly installment of MAG, paid in advance for said month or portion thereof.
11 Rent Is the MAG and the percentage rent dependent on the structure of the RFP package. Street Level Pricing DFW's Street Level Pricing requires merchandise/products/services sold at DFW Airport to be priced within ten percent (10%) of the operator's other locations or to similar outlets within a twenty (20) mile radius of DFW Airport. Refer to Article 6 of the Draft Concession Agreement for further information. V. TERM The Term of the Concession Agreement is provided on the package description and will begin at the installation of equipment. VI. DISQUALIFICATION Any of the following circumstances will be considered sufficient to disqualify a Proposer: Evidence Proposer has interest in and/or involvement in more than one (1) submitted proposal. Evidence of collusion among Proposers. Proposer is or has been in default or in arrears under any previous or existing Agreement with DFW Airport, within the last 12 months by an amount greater than $50,000 for a period longer than 40 days. Existence of any unresolved claims between the Proposer and DFW Airport. Proposer has not met all of the Minimum Qualifications of this Request for Proposal.
12 VII. INTERPRETATION OF PROPOSAL DOCUMENTS If discrepancies or omissions are found by any prospective proposer or if there is doubt as to the true meaning of any part of this RFP, please submit a written request for clarification or interpretation to the following: Procurement Contact: Raquel (Kelly) Cleveland, Contract Administrator [email protected] The final date for the submission of questions is August 27, 2015 by 5:00 p.m. Central Time Any clarification or interpretation of the RFP will be posted to the Airport website: It is the Proposer's responsibility to review this site on a regular basis during the proposal process. The Airport is not responsible for any explanation, clarification, interpretation or approval made or given in any manner except by written addendum posted on the website by fax, or by letter sent from the Procurement and Materials Management Department. VIII. PROPOSAL OVERVIEW By submission of a proposal, the proposer agrees to be legally bound if the Airport accepts the proposal. The Airport will not be obligated to respond to any proposal submitted, nor will it be legally bound in any manner whatsoever by the receipt of a proposal. Any and all agreements arising out of proposals submitted hereunder (including any negotiations that follow) will not be binding on the Airport, its officers, employees, or agents unless set forth in a Concession Agreement duly executed by the Chief Executive Officer of the Airport or designee following approval by the Airport's Board of Directors in accordance with applicable laws. The Airport reserves the right to postpone the proposal submittal due date. Under the laws of the State of Texas, any proposal may be considered a public record after the award of the contract and, except as noted below, will be available for inspection and copying by any person after the award of the contract. The Airport will take reasonable efforts to protect any information marked "confidential", provided that such information meets the criteria of information exempt from public disclosure. Confidential information may be submitted in a separate envelope, sealed and marked
13 "Confidential Information." Any proprietary or otherwise sensitive information contained in or with any proposal is subject to potential disclosure. If the proposal is withdrawn after the deadline set for receiving proposals, without the consent of the DFW Airport Vice President of Concessions, the proposal deposit shall be forfeited. Any request for withdrawal after the deadline must be made in writing and may be denied in the Board's sole discretion. Requests in writing must be addressed to the attention of Gregory Spoon, Vice President, Procurement and Materials Management, and sent via fax to or The period for review after the proposal deadline but before the award may be as long as 240 days, and proposer must be willing to keep the proposal valid for that amount of time. Proposer agrees that if their proposal is accepted, the proposer shall enter into a Concession Agreement in the same form as the Draft Concession Agreement enclosed as Attachment 3. The proposer agrees to execute the agreement within 30 days. Please note the following requirements that are included in the lease document. Product Exclusive Rights - The Board may enter into contracts with one or more manufacturers or suppliers granting to said companies certain exclusive rights pertaining to the sale of food, beverages, other products and technologies at the Airport. Concessionaire agrees to include products and technologies of said exclusive supplier or manufacturer in Concessionaire s menu or merchandise list, as applicable. Concessionaire further acknowledges that price ceilings for exclusive rights shall be set by the Board or its designee and shall be reviewed annually for price adjustments. If the Board grants such an exclusive right during the Term of this Agreement, Concessionaire shall have sixty (60) days from receipt of written notice to comply with the exclusive right. Concessionaire agrees not to sell, display, advertise, or promote similar products of or from other manufacturers or suppliers unless Concessionaire has first received written approval from the Airport Concessions Department. The approval may be withheld in his/her sole discretion. Insurance Requirements includes but is not limited to Worker s Compensation, Employer s Liability, Commercial General Liability (CGL), Business Automobile Liability, and Additional Coverage and Limits. Please see the Draft Agreement Exhibit for details. Proposer agrees to use the technology required by the Agreement. $10M excess/umbrella liability insurance is a requirement since product deliveries are currently required to be made via the airfield operations area (AOA) side of the airport. Providers must show capability of procuring said insurance.
14 The Airport is soliciting competitive proposals as the result of the determination that such a process best serves the interests of the Airport, and not because of any legal requirement to do so. The Airport is not bound to award the concession to the highest bidder in terms of revenue or any other factor. The Airport reserves the right to negotiate with a proposer for modification of a successful proposal (including but not limited to alternate concepts, square footage, and/or locations). The Airport reserves the right to reject any or all proposals and to negotiate directly with one or more businesses regardless of whether those businesses submitted responsive proposals in the competitive process.
15 IX. PROPOSAL GUIDELINES Late Proposals Any proposal received after the proposal closing date and time is late and will be rejected by the Airport. Changes to Proposals No changes in fee structure or any changes in service or concept may be made by the proposer after proposal submission, except as specifically provided in this RFP. Evaluation of Proposal A committee will evaluate each proposal submitted to the Airport. Each proposal will be evaluated according to the following process: The first step in the evaluation process will be to determine whether the proposal conforms to the minimum qualification requirements for evaluation. Those proposals failing to meet minimum requirements will be rejected without further evaluation. Proposals not rejected will be submitted to the Selection Committee to be evaluated according to the criteria listed. o Proposers may or may not be required to make a presentation to the Selection Committee. This presentation will be to clarify the concept, design, and other pertinent business aspects of their proposal and to respond to questions from the Selection Committee NOT ALL PROPOSERS WILL BE ASKED TO INTERVIEW; PROPOSALS SHOULD BE ALL INCLUSIVE. o A Best and Final offer will not be requested; however, the Airport reserves the right to request a "best and final" offer, if necessary for the purposes of determining a recommendation. o A final proposal rating will be made and notice of award will be given. Proposal Evaluation Criteria The proposal evaluation criteria have been established to assist the Selection Committee in determining which proposer will provide the best overall mix of products, service, choice and quality for DFW Airport passengers and employees, as well as revenue to the Airport. The Selection Committee reserves the right to deviate from the evaluation criteria, in its sole discretion. The evaluation categories are as follows:
16 Concept (Brand, Merchandise/ Services, Operations) (20 Points) Innovation (20 points) Experience (20 points) Rent (Percent Rent Offer, Revenue Potential) (40 points) Submitting Proposals Each proposal must be submitted in its entirety as a single proposal. Each proposal must be inclusive of all component documents referenced in the RFP. In the event multiple entities propose the same brand, the Airport will require documentation from the brand indicating their preferred entity. The Airport reserves the right to disqualify the remaining entity (entities) with the same brand. X. PROPOSAL PREPARATION INSTRUCTIONS Proposal Submittals This information will be used by the Selection Committee to conduct a review of your proposal. If you have additional information that will help the Selection Committee understand the unique differences between your company's proposal and other proposals, please include that information. All proposals, including additional information or materials, become property of DFW Airport upon submittal. Responses to the requests in this section must be in full and complete answer form, numbered consecutively, with all requested information attached. Provide as much written text as you feel is necessary to effectively communicate your company's qualifications, subject to the page limitations set forth for each section. Proposers may be asked to revise, clarify or provide additional information during the proposal review process. These requests will require immediate action and must be answered in writing within two business days. The proposal submittal will consist of the following documents in the sequence shown below. A set of tabs to identify each part of the proposal must be inserted to facilitate quick reference. Proposers will submit eight (8) three (3)-ring binders, including one original, marked "Original", and seven (7) identical copies. Only the original should contain a rent section and a financial section. Please place these elements in separate envelopes. The seven (7) copies should include all sections included in the original except for the rent and financial sections. Please label your proposals on the front cover as Original or Copy 1 of 7, Copy 2 of 7, etc. An electronic copy of the Original Proposal should be included on a disk or thumb drive, saved in an Adobe PDF format. Please note the package number on the cover of each proposal. Electronically submitted
17 proposals will not be accepted. Proposal should not exceed a total of sixty (60) pages in length, 11 point font, single-spaced, single sided (thirty (30) pages double sided). Exhibits, Merchandise/Services List, Financial Information, and ACDBE and M/WBE Participation pages are not counted toward the page limit. It is requested that proposals include an electronic version of the proposed concept s logo in either eps or high-res jpg format of 300 dpi or greater. However, proposals should not include videos, sample products, or any other collateral. The eight (8) binders should be submitted in one or two cardboard boxes and should not be enclosed in additional cases of any kind. A Proposer Checklist, Exhibit H included for your reference. This exhibit provides an overview of the information required.
18 XI. MINIMUM QUALIFICATION REQUIREMENTS All minimum qualification requirements noted in this section must be met for a proposal to be reviewed and considered by the Selection Committee. Proposer Experience For a minimum of three (3) of the past ten (10) years, Proposer must have owned or operated the proposed or similar concept or Proposer must have ten (10) years of successful operation in an airport or non-traditional environment (i.e. airports, universities, stadiums, etc.) within the last fifteen (15) years. Proposer must provide ownership and/or management history. Proposers may be newly-formed entities (joint ventures, limited liability companies) provided that the Proposer is qualified as follows: 1. Owners who own an aggregate of 49% or more of the proposing entity must satisfy the Minimum Qualification Requirements. For example, if the Proposer is comprised of two members owning 51% and 49% respectively, the entity will be considered qualified if either the 49% or 51% member satisfies the Minimum Qualification Requirements. If the Proposer is comprised of three members, owning 40%, 35% and 25% respectively, then the entity will be deemed qualified if two of the three members each satisfy the Proposer Experience Requirements. 2. If the entity is owned 50/50, then at least one owner must satisfy the Proposer Experience Requirement. In all events, the Selection Committee must be satisfied that the party or parties satisfying the Proposer Experience Requirements will be in control of the proposing entity. Proposal Deposit Proposer must submit a proposal deposit in the amount of Ten Thousand Dollars ($10,000) in the form of a certified check or cashier s check per proposal package regardless of the number of locations included in each package. 1. Proposal deposit must be made payable to DFW International Airport Board. 2. All deposits should not expire in less than 240 days from the proposal due date. 3. All deposits will be cashed upon receipt.
19 4. Proposal Deposit should be inserted in the original copy of the proposal. 5. If you are notified that you have been unsuccessful or disqualified, your deposit will be returned following the Board approves the recommendation. If you are the proposer selected to operate at the Airport, your deposit will be held as a security/performance deposit until the execution of the Concession Agreement. 6. If the Airport and the successful proposer fail to enter into and execute a Concession Agreement within thirty (30) days from the proposer's receipt of the Concession Agreement, unless otherwise specifically waived in writing by the Airport, said proposer's proposal deposit shall be forfeited as liquidated damages and the proposal shall be deemed rejected. 7. If the Airport and the successful proposer enter into and execute a Concession Agreement, but the proposer fails to furnish the required bond(s) and insurance certificate(s) prior to issuance of a construction permit, said Concession Agreement shall be considered breached and the proposer's proposal deposit shall be forfeited as liquidated damages. Further, all rights and/or claims upon the concession space or pursuant to the Concession Agreement shall be immediately forfeited by proposer. 8. For accurate processing, proposers MUST register with DFW Airport s isupplier. Visit and click on New Supplier Registration in the menu on the right for instructions. Proposal Acknowledgement Form Proposers shall include a properly executed Proposal Acknowledgement Form, Exhibit A. 1. This form must be signed and notarized. 2. Enclose the original Proposal Acknowledgement Form with your proposal deposit in the original copy of the proposal as well as Attachment 1, completed and signed with the proposed rents.
20 Concessions Business Disclosure Form Proposer shall complete the Concessions Business Disclosure Form, Exhibit B. This page will provide company and contact information. Assumed names must also state official company names. If forming a new Joint Venture, please provide a completed Concessions Business Disclosure Form for the new entity indicating ownership breakdowns. Concept Fit Based on the proposal package requirements, proposer must provide detailed information regarding their proposed services, brand and product offerings for the concept selected to bid upon. Each package identifies the minimum requirements necessary to bid along with the desired scope of each concept. The proposed must provide a detail narrative and diagrams depicting their proposed concept along with how the proposed concept meets the minimum requirements as described in each proposal package for the desired concept proposed. The concept/fit must reflect a high quality brand, and name brand product offerings, where applicable. The concept/services must be demonstrated as a highly desirable offering in airport environments and must be reflected through your RFP submission. Additional information describing the concept fit can be found in the proposal packages in Attachment 1. Financial Proposer must submit documents requested in Section XII, Tab 2.3. Provide how your company will fund the proposed service, including submission of a letter from any entity listing as a funding source on Exhibit C. Rent Proposed percentage rent(s) must be within the stated ranges listed in each package unless otherwise stated on the package description. Tiered or graduating percentages will not be accepted unless outlined on the concept description. Minimum Annual Guarantee (MAG) is set for all locations. Proposed alternate MAG s will not be accepted unless otherwise stated on the package description.
21 ACDBE/M/WBE The DFW International Airport s Business Diversity and Development Department (BDDD) will review submissions and determine if Proposers have met, or made a good faith effort to meet, the ACDBE & D/M/WBE requirements. BDDD s determination is final. All minimum qualification requirements noted in this section are pass/fail and must be met for a proposal to be reviewed and considered by the Selection Committee.
22 XII. PROPOSAL EVALUATION CRITERIA Executive Summary Provide an executive summary which answers each of these questions regarding how you are the best operator and best concept for DFW Airport. This section is your opportunity to communicate your company s abilities and your concept s strengths to DFW, and should highlight key information regarding your proposal including: 1. Who is the proposing entity? 2. How does this entity meet the minimum experience requirements of this RFP? 3. What comparable experience does your company have in operating this concept or similar concepts? 4. How does your concept meet the minimum requirements for concept fit? 5. Highlight any additional WOW factors such as awards received, media recognition, uniqueness of brand and/or merchandise/services, growth potential, ACDBE/M/WBE initiatives, etc. TAB Concept Under this tab you must clearly state that all specifications will be met or exceeded as described in detail within the RFP. Provide pictures and any unique capabilities, assets or attributes of your concept you propose to install at DFW Airport. The Dallas/Fort Worth Airport will provide electricity in the initial current locations, where applicable. The selected company will provide the installation of all required power, and data lines for future locations at their expense at preapproved designated areas. Advertising and/or Branding All advertising or branding must be pre-approved by DFW Airport in accordance with the guidelines of the Advertising Policy and in advance of any and all installations. Any third party advertising, where applicable, will be subject to DFW Policies and Procedures, as required and may be subject to additional rents and fees.
23 A) Location Design/ADA Compliance Design and finish materials for all tenant improvements must be approved through the Airport Design Review Process. The selected proposer will be required to completely design and install equipment. The Design Criteria Manual as well as the CADD Standards Manual, Construction and Fire Prevention Standards, Tenant Design Manual, and Construction Permit Fee Schedule can be found at 1. Provide a rendering showing proposed machine/equipment design related to the concept that your firm is submitting the proposal for. 2. Provide a representative sample of materials and colors with a description to be used. 3. Clearly state that all ADA Compliance specifications will be met or exceeded as described in detail below. B) Merchandise /Services List All prices must adhere to the Airport's street-pricing, which requires merchandise/products/services sold at DFW Airport to be priced within ten percent (10%) of the operator's other locations or to similar outlets within a twenty (20) mile radius of DFW Airport. Refer to Article 6 of the Draft Concession Agreement for further information. Final product/service offerings and price lists will be requested prior to start of business at the identified the location(s). C) Innovation Describe how your concept will capitalize on emerging technology trends and customer experience enhancements as described in the appropriate proposal package attached. 1) How can you exploit technology to advance your concept, product or service? 2) How will incorporating these features will drive revenue or increase customer service? 3) How will your company utilize self-diagnostic technology to ensure minimal out-of-stock occurrences or equipment malfunctions, where applicable? 4) How will your overall concept enhance customer service at the airport and increase revenues through your proposed concept/program?
24 D) Operations Overview This section provides the opportunity for the proposer to clearly communicate why they are the best operator, and to demonstrate their ability to develop and manage the proposed operation. Address your ability to meet the required specifications and standards and how your company exceeds these expectations. Operational Standards You must clearly state how your company will meet or exceed each item as described under this section in the RFP. This section is also a minimum requirement and if these requirements are not met or exceeded, your proposal will not be submitted to the selection committee. The following are minimum standards to install, operate, manage and maintain a concession at the Dallas/Fort Worth International Airport. Please document under the Operational Standards tab how each item will be met or exceeded. A. All machines, equipment and enclosures must adhere to the specifications listed within this RFP. The selected company must demonstrate their proposed manufactures meet or exceed specifications required to successfully operate the proposed concession with the latest technology and innovation. B. The selected company will provide and install all equipment including all necessary wireless/phone connections, data lines and/or power. In addition, the selected company will install future electrical in mutually agreed locations. Maintenance must be available 7 days a week and repairs made within twenty-four (24) hours of notification. The initial installation of all equipment for the specified concession will be completed between the hours of 10 p.m. and 4 a.m. C. List the type of products/services to be sold in the concession and the associated selling price. If multiple machines will be included in your proposal, please provide the list of machines/equipment that will be installed along with the corresponding list of products, brands and prices. If the machine is brand-specific, please not the specific brand along with a description of the brand and products offered. (Note: All advertising associated with branded equipment must be pre-approved by the airport and subject to additional fees.)
25 D. The selected company must have staff available seven days per week to inspect, clean and replenish the machines and equipment. The selected company may also have an on-site attendant or hostess to maintain the concession. For a fee, a distribution center can be established for ease of filling machines if vendor chooses. For businesses that require staff members to man and operate the equipment, the concession must be subject to normal terminal hours of operation seven days per week. E. All machines/equipment must be kept clean and full. Damaged machines or vending enclosures must be repaired or replaced within 24 hours. Lighting and any automated screens must work at all times. F. The Airport is a dynamic facility that is constantly changing. The selected company will be required to relocate the concessions operations and/or equipment/machines from time-to-time as requested by the Airport as well as additional locations may be required during the contract term. G. The cost to relocate or add machines is borne by the selected company including the installation of power/data, electrical plugs, and enclosures as mentioned in RFP. H. All deliveries of machines, equipment and inventory for the secure side of the terminals will take place via the Airplane Operations Area (AOA) of the airport. This will require $10M insurance, special driver training, and badging with full FBI background check. I. Include a copy of your company s operating standards, policies, and practices. J. Safety and Security - All products must meet the health requirements regulated by the state. No out of date products of any kind will be tolerated. All products must be clearly marked with sold-by /expiration date. In the event any food product is offered as part of your concession it will be subject to state health requirements and must be stocked in accordance with appropriate expiration dates.
26 Note: The above items must be submitted or stated that you plan to comply and must be placed in your proposal as part of the minimum requirements under Operational Standards. These requirements must be met in order to advance to the evaluation or selection process. If any of the requirements are not met or sufficiently documented, the Provider "fails" and does not proceed to the selection process. E) Management Experience (includes Management/Staffing) Experience - Please discuss the company s experience in installation, maintenance, management, and operation of a concession. Show the company s experience sales and what defines your company as a leader in the industry. Please include at least the following information listed below: a) Describe your company s business experience in the installation, maintenance, management, and operation of your concession and state the number of persons you currently employ in the business. b) Submit a list of locations with company name, contact person, and phone number where your company has installed, maintained, managed, and operated within the last five (5) years, giving the number of machines, the dates of the term of the contract for each location, and the annual gross revenues for each operation. c) Give name, location, and date of all of your company s contracts that have been terminated or cancelled within the past three years, prior to the expiration of their contractual term. List any judgments terminating, or any pending lawsuits or unresolved disputes for the termination of contracts operated by your company within the past three years. List any litigation and any appeals or protests you have been a party to as a result of any selection process in the last ten (10) years.
27 TAB Rental Income to the Airport Proposer must complete and sign Exhibit H Financial Offer Attachment 1 with proposed MAG, percentage rent, and advertising/branding percentage rent. Tiered or graduating percentages will not be accepted. The selected company upon execution of the Agreement will provide a bond or cash deposit in the amount equal to one-fourth (1/4) the minimum annual guarantee as a security and performance deposit. The security and performance deposit shall remain effective throughout the term of the contract and shall be increased if the yearly guarantee amount is increased. TAB Financial Information The following information is needed for proposal evaluation: 1. Proposer shall complete the Estimated Investment, Exhibit C. Proposer shall complete the Pro Forma, Exhibit D.
28 TAB 2.4 ACDBE and M/WBE Participation Questions regarding the completion of the ACDBE and/or M/WBE requirements should be directed to the Procurement Contact: Raquel (Kelly) Cleveland, Contract Administrator AIRPORT CONCESSION DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS It is the policy of DFW International Airport that Airport Concession Disadvantaged Business Enterprises ( ACDBE ) as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. DFW has developed and implemented an ACDBE program as required under Department of Transportation 49 CFR Part 23. The ACDBE program objective is to ensure full and fair access to concession opportunities for all businesses and in particular for ACDBE businesses. Contracts pertaining to the concession program at DFW are subject to the requirements of 49 CFR Part 23 and the Airport s ACDBE Policy and Program requirements and Contract Provisions. The Airport s Vice President of BDDD has been delegated as the ACDBE Liaison Officer. In that capacity, the Vice President is responsible for compliance with all aspects of the ACDBE program. The Vice President of BDDD has established an annual ACDBE goal for the Airport and package-specific goals for these solicitations. The following package specific goals are zero (0) for this RFP: 1. Baggage Wrapping Service Concession 2. Automated Retail Vending Machine Concession 3. Mailing Services for Passenger Surrendered Items Concession While all of the packages have a zero goal, proposers are strongly encouraged to do a good faith effort in outreaching to ACBDEs. Note: If you are planning for ACDBE and/or MWBE goals, please complete all the necessary forms. If you do not plan on any ACDBE or MWBE goals please complete all forms as N/A The ACDBE goal is a percentage of annual gross receipts for each package. The Vice President will determine whether the proposer s proposal for meeting each package-specific goal or Good Faith Effort to meet the goal is responsive at the time the proposal is submitted.
29 Each Proposer must comply with the terms and conditions of the Policies in making its proposal and, if awarded the Contract, in performing all work thereunder. A proposer s failure to comply with any Rules or Regulations promulgated pursuant thereto, or any additional requirements contained herein may render its proposal non-responsive and may constitute cause for rejection. 1. Responsive; compliance with requirements. If a proposal meets the package-specific goal or shows an adequate good faith effort in accordance with the Policies, then BDDD shall notify the procuring department to regard the proposal as responsive. 2. Non-Responsive; failure to meet requirements. If a proposal subject to a package-specific goal does not meet the goal or show an adequate good faith effort, or provide the necessary documentation or forms outlined in the Policies, then BDDD shall notify the procuring department to regard the proposal as non-responsive. Such determination shall result in no further consideration of the bid/proposal by the Selection Committee. The proposer may meet its ACDBE participation commitment utilizing any combination of options listed below all of which require proof of ACDBE certification by BDDD. The ACDBE certificate or certification letter must be submitted at the time of proposal submission. Describe how you will meet or make a good faith effort to meet the Airport s ACDBE participation goals for this RFP. For each ACDBE, provide a complete description of the nature of their participation, experience and qualifications. (If the ACDBE goal established is 0%, this subsection may be omitted; however, the Board encourages ACDBE participation through other means.) The options for meeting this commitment are: % ACDBE Participation: For this option, the proposer is solely owned and operated as a certified ACDBE firm. Complete Exhibit F-1: ACDBE Commitment Form and provide ACDBE Certificate(s). Submit with the proposal submission so that the proposed option is approved by the Vice President at the time proposal is submitted. 2. Percentage Participation: For this option, a percentage of the business is designated to be owned, operated and/or maintained by a certified ACDBE through a sub-lease, management, operating and/or franchise agreement. If the proposer plans to participate in a partnership with a certified ACDBE firm, the proposer must complete Exhibits F-1: ACDBE Commitment Form, F-2: ACDBE Intent to Perform, F-4: ACDBE Concessionaire Information and provide a Draft Partnership Agreement and ACDBE Certificate(s). Submit
30 with the proposal submission so that the proposed option is approved by the Vice President at the time proposal is submitted. 3. Percentage Participation by way of a Joint Venture Agreement: For this option, a proposer enters into a joint venture agreement with a certified ACDBE partner, in which the ACDBE partner has financial risk and reward commensurate with the ACDBE participation goal for this concession opportunity. For example if the ACDBE goal is 35%, then the ACDBE concessionaire s risk in terms of investment in the operation and anticipated upside (reward) must be no less than 35%. If the proposer plans to participate in a joint venture with a certified ACDBE firm, the proposer must complete Exhibits F-1: ACDBE Commitment Form, F-2: ACDBE Intent to Perform, F-4: ACDBE Concessionaire Information, and provide a Draft Joint Venture Agreement and ACDBE Certificate(s). Submit with the proposal submission so that the proposed option is approved by the Vice President at the time proposal is submitted. Joint Venture Agreements: For purposes of ACDBE participation, joint venture entities are not certified as ACDBEs. Draft Joint Venture Agreements shall be specific to the proposed concept and location. If proposer has a DFW-approved Joint Venture Agreement from a recent ( ) award, proposer has the option to submit a new joint venture agreement specific to the proposed concept and location or add the new location via an amendment to the DFW-approved joint venture agreement on file only if there is no change in ownership interest percentages and roles and responsibilities. Proposer shall not submit a copy of a previously approved joint venture agreement applicable to a different location and not outline the ownership roles and responsibilities applicable to the proposed concept and location. If forming a new Joint Venture that has not been previously approved by DFW, you have the option to submit a Draft Joint Venture Agreement to DFW no later than 20 days prior to the proposal due date stated in the RFP for evaluation and feedback. 4. Percentage of Goods/Services towards Vendor Purchases: For this option, the proposer designates a percentage of the gross revenue that will be committed to the purchase of goods and services from ACDBE certified vendors. A list of ACDBE-certified vendors may be obtained from the Airport s online D/S/M/WBE Directory: N=dfw&XID=5886
31 5. Other Legal Arrangement. For this option, the proposer may propose some other legal arrangement so long as it meets the eligibility standards in 49 CFR Part 23. Options 2-5 will require BDDD approval. Note: All firms upon which ACDBE certification is being relied, whether as proposer, JV partner, goods and services provider, sub concessionaire, subcontractor or any other arrangement, must be certified as an ACDBE at the time the Draft Joint Venture Agreement or proposal, whichever is earlier, is submitted. The amount and type of ACDBE participation proposed will become a firm commitment upon execution of a Lease Agreement and will be monitored by BDDD. The proposer agrees, as an expressed condition of its performance, to comply with the requirements of 49 CFR Part 23 and the appropriate provisions under the lease agreement. Proposer acknowledges that its failure to comply with these requirements may be a material breach of the Lease, and could result in suspension of the right to operate, termination, or such other remedy, as the Board deems appropriate. ACDBE and/or M/WBE GOOD FAITH EFFORTS (Reference Exhibit F-3: ACDBE or M/WBE Good Faith Effort Plan) The Department of Transportation 49 CFR Part 23 provides for the adoption of a good faith effort (GFE) to be administered by the DFW Business Diversity & Development Department (BDDD). In order to comply with the proposal requirements of Part 23, a proposer shall either meet the specific ACDBE goal for this concession opportunity, or in the alternative, demonstrate that the proposer has made sufficient good faith efforts to meet the goal in accordance with the good faith effort provisions of Part 23 detailed below. Documentation, Exhibit F-3: ACDBE and/or M/WBE Good Faith Effort Plan, must be completed and submitted with the proposal submission to support your good faith efforts. The submission of good faith efforts documentation is a matter of responsiveness and shall include a specific response to each of the criteria as outlined with the bid or proposal. Submission of a Good Faith Effort Plan with no additional support documentation is not evidence of a proper good faith effort. A Proposer shall supplement its responses to include any additional information with the proposal it believes may be relevant. Failure of the Proposer to demonstrate adequate good faith efforts as to any one of the categories shall render the overall good faith showing insufficient and the proposal nonresponsive. Modifications/Substitutions: Proposer shall also make a good faith effort to replace an ACDBE included in the Request for Proposal submission that has
32 failed to complete its concession arrangement, joint venture commitment, lease, sublease or subcontracting arrangement with a certified ACDBE, to the extent needed to meet the concession specific goals. If a Proposer proposes to terminate, substitute or modify the participation of an ACDBE Joint Venture partner, team member, subcontractor or subconcessionaire prior or after Lease award, prior to such change, the Proposer shall immediately submit for review and prior approval, to the ACDBE Liaison Officer, reasonable documentation regarding the proposed change in the ACDBE participation. Proposer shall include the specific reasons for the change in ACDBE participation and must produce any and all documents and information regarding the proposed change. Compliance/Reporting: Proposer shall also comply with the requirements of this section regarding any proposed change(s) in ACDBE participation arising from or relating to any assignment, sublease, or transfer of the obligations under this Lease. Proposer shall timely submit reports and verifications within ten (10) business days as requested by the Board and shall provide such financial information or other information deemed necessary by the Board to support and document the ACDBE commitment for this Lease. Also, the Proposer shall timely submit reports and verifications within ten (10) business days as requested by the Board and shall provide such financial information or other information deemed necessary by the Board to support and document the M/WBE Subcontracting/Supplier commitment for this Lease. The Board shall have the right until three (3) years after the expiration or termination of this Lease, through its representatives, and at all reasonable time, to review books, records and financial information of the Proposer (and where applicable, all individuals, joint venture partners or team members or other business entities that are a party or engaged in concession activity under this Lease) requested by the Board s representatives to substantiate compliance with 49 C.F.R. Parts 23 & 26; as amended and any guidance issued by FAA from time to time regarding the interpretation of the federal regulations. ACDBE Resources: Federal regulations, joint venture guidance, sample language, templates and examples are available online: Geographic Preferences: 49 CFR Part does not permit recipients of federal funds to use local geographic preferences. For purposes of this section, a local geographic preference is any requirement that gives an ACDBE located in one place (e.g. our local area) an advantage over ACDBEs from other places in obtaining businesses as, or with, a concession at DFW Airport.
33 MINORITY/WOMEN BUSINESS ENTERPRISE (M/WBE) REQUIREMENTS The Airport Board has adopted a policy which establishes a goal for the participation of Minority/Women Business Enterprises (M/WBEs) in the design and construction finish outs/improvements by tenants and concessionaires. The M/WBE package-specific goal established for design and construction is 0% for each location. The successful proposer will be responsible for meeting each goal or making good faith effort to meet the goal and, explore all available options to achieve, to the maximum extent practicable, the goal through design and construction associated with the finish out of each location and the purchases of goods and services used in the daily operations. Post award, completed utilization forms must be on file before a notice to proceed is issued by the Airport for construction of improvements. If the proposer proposes to meet and/or exceed the M/WBE goal, the proposer must complete Exhibit F-5: M/WBE Commitment Form and Compliance Plan contained in this RFP and submit with proposal. Proposer must describe how you propose to meet, or made a good faith effort to meet, the Airport s M/WBE participation goal for the RFP. Include projections for M/WBE participation; identify possible trades, goods and services; include list of potential M/WBE firms and a description of the procurement process which will be utilized to ensure M/WBE firms are extended an opportunity for participation. Identify a point of contact that will be responsible for managing the diversity participation for this commitment. CERTIFICATION REQUIREMENTS If claiming ACDBE or M/WBE participation, certificates for all certified firms shall be included with the Proposal submission. While 49 CFR Part 23 is mandatory to airports that receive federal funds, it is not mandatory that a minority firm be certified as an ACDBE or M/WBE in order to be awarded a concession contract. However, in order to credit the participation of an ACDBE or M/WBE towards the goal stated in the RFP, the Airport requires that ACDBE or M/WBE firms be certified by an approved certification entity at the time of proposal submission. 1. Approved entities for ACDBE and M/WBE certifications include a. North Central Texas Regional Certification Agency (NCTRCA) b. U.S. Department of Transportation-approved Unified Certification Program (UCP). c. D/FW Minority Supplier Development Council d. Women's Business Council Southwest
34 DFW will also accept the ACDBE certification from an out-of-state U.S. Department of Transportation-approved Unified Certification Program, during the interim of the Proposer applying with NCTRCA. Proposer must submit the NCTRCA-assigned Affidavit Number as proof of pending certification. A DBE that is certified by the Texas Unified Certification Program may be counted towards the M/WBE goal.
35 Exhibit A: Proposal Acknowledgement Form Dallas/Fort Worth International Airport The proposer acknowledges that he/she has carefully examined the RFP, the attached draft Concession Agreement and the enclosed lease exhibit(s) for the proposed Concession(s). The proposer accepts all of the terms and conditions of the RFP, including the draft Concession Agreement. The proposer understands the Concession Agreement is not negotiable. The proposer acknowledges that if the proposal is accepted, he/she will contract with the Airport pursuant to the attached Concession Agreement within thirty (30) days of receiving the tendered Concession Agreement from the Board, or the proposal deposit will be forfeited. I affirm that all of the facts set forth in the proposal are true and correct, and that all projections are based on good faith estimates. I also affirm that this company, corporation, firm, partnership, or individual has not prepared this proposal in collusion with any other proposer and that the contents of this proposal as to rent, terms or conditions of said proposal have not been communicated by the undersigned, not by any employee or agent to any other proposer or to any other person (s) engaged in this type of business prior to the official opening of the proposal. Proposal Package Location ID(s) Name of Proposer: Signature of Authorized Person: Printed Name of Authorized Person: Title: Business Address of Proposer: Business Phone Fax: Date: Subscribed and Sworn to before me this day of 2015.
36 Exhibit B: Concessions Business Disclosure Form Filling out a Concessions Business Disclosure Form for the DFW International Airport Board 1. Please make sure you have the correct version of the form, it should read Issue Date 7/10 in the bottom right corner. 2. Use 10 pt. font with no bold, italicized or underlined words on the form. 3. Please make sure you include your entire business name on the form and it matches what is listed on your contract. 4. If you are a corporation, limited partnership, limited liability partnership or Limited Liability Company, your business name should include that designation or an abbreviation of that designation. 5. If the mailing address is the same as the business address write, Same in the space under mailing address. Do not copy the mailing address or leave blank. 6. Do not bold or underline the web or addresses. 7. Please ensure the contact person s information is up to date. 8. Under business structure check only one box. The next section is filled out only if your company is a corporation. 9. If your business is a corporation, check the box for profit or nonprofit, and ' public or private. These boxes must be checked. (Hint: to make an x just double I click on the box and select the checked option). If you are an S corporation, professional, parent-sub, or close X the appropriate box as well. 10. The state, month and year of your company s incorporation, registration or formation ALWAYS needs to be filled in. This is either the date you registered with the county clerk, or filed with the secretary of state. 11. List the names of ALL Investors with a financial interest or other ownership interest in the company. If the company is publicly owned please list the stock exchange it is traded on and the symbol. If your company is traded on a foreign exchange please name the foreign exchange is traded on. 12. Fill in names of Joint Venture owners if applicable. 13. The percentage of ownership needs to be filled in unless the company is publicly traded. ALL of the Investors with a financial interest or other ownership interest in the company need to be listed with their corresponding percentages of ownership in this space. Please use whole or half numbers. NOTE: Attach a copy of the Certificate of Formation or Joint Venture Agreement, if applicable. 14. The form should be accurate as of proposal submittal date.
37
38 Concept Name: Package #: Concession Location ( ) A B C D E E Satellite RCC Other Concession Type ( ) Food and Beverage Passenger Amenities ACDBE Goal Assigned % Retail Other M/WBE Goal Assigned % Concept will be Owned by the Following Entities: (Attach additional sheets if necessary) Concept will be Owned by the Following Entities: (Attach additional sheets if necessary) The total sum of all Percentage should be 100% Entity Owner Percentage (%) Are you related to other owners? (Y or N) Relationship status; e.g. spouse, cousin, child etc Entity 1 Information: (Attach additional sheets if necessary) Entity 1 Owner Percentage (%) Are you related to other owners? (Y or N) Relationship status; e.g. spouse, cousin, child etc. Entity 2 Information: (Attach additional sheets if necessary) Entity 2 Owner Percentage (%) Are you related to other owners? (Y or N) Relationship status; e.g. spouse, cousin, child etc.
39 Entity 3 Information: (Attach additional sheets if necessary) Entity 3 Owner Percentage (%) Are you related to other owners? (Y or N) Relationship status; e.g. spouse, cousin, child etc.
40 Exhibit C: Estimated Investment Proposer Estimated Investment Architectural and Engineering Fees Improvements $ $ Furnishings, Fixtures and Equipment Working Capital Initial Inventory Other (specify in notes section below) $ $ $ $ Total Investment $ Financing by Source $ $ $ Equity Equity as a Percent of Total Investment $ % Total Investment $ Notes
41 Exhibit D: Pro Forma Describe your company's projection of sales and expenses for the first three years of operation. Include explanations with respect to any increase or decrease. Note Year Year 1 Year 2 Year 3 Total Sales $ $ $ Percent Change in Sales vs Prior Year % % % Total Cost of Sales $ $ $ Percent of Sales % % % Gross Income $ $ $ Percent of Sales % % % Total G&A Expenses $ $ $ Percent of Sales % % % Income Before Fixed $ $ $ Costs Percent of Sales % % % Total Occupancy Costs $ $ $ Percent of Sales % % % Earnings Before Interest, Taxes, Depreciation and Amortization $ $ $ Percent of Sales % % % Attachment 2 Complete Sales Expectation Information with explanations of Year 1 Sales drivers and assumptions. Please explain your Exhibit D Pro Forma Year 1 sales expectations and what factors were used in those calculations. Please indicate what average ticket price and transaction volume assumptions were used in calculating your projected Year 1 sales.
42 Exhibit F-1: Airport Concessions Disadvantage Business Enterprise (ACDBE) COMMITMENT FORM (This form is required as part of your proposal submission.) The ACDBE goal for this concession package is 0 % NOTE: The BDDD will only credit ACDBE participation that is certified by an approved certification entity at the time of proposal submission. The undersigned concessionaire/vendor has satisfied the requirements of the proposal specifications in the following manner (Please check ( ) only one box): 100% Self-Performance: The proposer, a certified ACDBE firm and sole concessionaire, is committed to meeting or exceeding the ACDBE goal through 100% self-performance. (If checked, must submit required ACDBE certificate). Percentage Participation: The proposer is committed to meeting or exceeding the ACDBE goal, with a minimum of % ACDBE participation on this concessions package. (If checked, must submit required Exhibits F-2, F-4, Draft Partnership Agreement and ACDBE certificate(s)). The proposer is unable to meet the ACDBE goal and is committed to a minimum of % ACDBE participation on this concessions package and submits documentation demonstrating good faith efforts. (If checked, must submit required Exhibits F-2, F-3, F-4, Draft Partnership Agreement and ACDBE certificate(s)). The proposer is unable to meet the ACDBE goal and submits documentation demonstrating good faith efforts. (If checked, must submit required Exhibit F-3). Name of Proposing Entity: Name of Authorized Representative or Designee: Title: Signature: Exhibit F-2: ACDBE Intent To Perform (This form is required as part of your proposal submission, except for 100% ACDBE participation.)
43 NOTE: An ACDBE Intent To Perform must be submitted for all ACDBEs listed and attach a copy of the ACDBE Certificate for each ACDBE; and NCTRCA-assigned Affidavit Number for out-of-state ACDBE firms. Name of Concession/vendor firm Address: City: State: Zip Telephone: address Name of ACDBE Firm: Address: City: State: Zip Telephone: address Description of Goods and Services or work to be performed by ACDBE firm: The Concessionaire is committed to utilizing the above named ACDBE for the goods and services or work described above. The estimated dollar value and percentage of this work is $. % NOTE: The ACDBE goal is expressed as a percentage of the total gross dollar value of the proposed concession awarded to ACDBE AFFIRMATION: I hereby affirm that the above information is true and complete to the best of my knowledge. I further understand and agree that, this document shall be attached thereto and become a binding part of the concession contract. I further attest that the abovenamed ACDBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: Concessionaire Signature Title By: ACDBE Signature Title EXHIBIT F-3: ACDBE and/or M/WBE GOOD FAITH EFFORT PLAN Please read these instructions carefully before completing the required Airport Concession Disadvantaged Business Enterprise (ACDBE) and/or Minority/Women
44 Business Enterprise (M/WBE) Good Faith Effort Plan. These instructions are designed to assist proposers prepare the required detailed and complete good faith effort information. To be eligible to be awarded a concession that has concession specific goals; proposers must make good faith efforts to meet the goals. A proposer may do so either by obtaining enough ACDBE and/or M/WBE participation to meet the goal or by documenting that it made sufficient good faith efforts to do so. Examples of good faith efforts are found on Exhibit F-3 Good Faith Effort Factors page. The Airport treats proposer s compliance with good faith efforts requirements as a matter of responsiveness. Each solicitation for which concession specific goals have been established will require the proposer to submit support documentation which addresses each of the factors outlined in the Good Faith Effort Factors page. Administrative Reconsideration 26.53(a) Within three (3) calendar days of being informed by The DFW International Airport that it is not responsive because it has not documented sufficient good faith efforts, a concessionaire may request administrative reconsideration. Concessionaire should make this request in writing and send it via overnight courier to the following reconsideration official: Linda Valdez Thompson Executive Vice President, Administration and Diversity Dallas/Fort Worth International Airport P.O. Box DFW Airport, TX The reconsideration official will not have played any role in the original determination that the concessionaire did not document sufficient good faith efforts. As part of this reconsideration, the concessionaire will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The concessionaire will have the opportunity to meet in person with our reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. However, the decision shall be made based solely on the entire administrative record submitted with the proposal. We will send the concessionaire a written decision on reconsideration, explaining the basis for finding that the concessionaire did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. Exhibit F-3: ACDBE and/or M/WBE GOOD FAITH EFFORT PLAN (continued) While the request is being considered, the airport will suspend its review of proposals for 5 days for that package.
45 Once a determination is made by the BDDD, or upon the expiration of the 5 days, the airport will resume evaluation of proposals sent in response to the RFP. Good Faith Efforts When an ACDBE and/or M/WBE is Replaced on a Concession (23.53(f)) The DFW International Airport will require a concessionaire to make good faith efforts to replace an ACDBE that is terminated or has otherwise failed to complete its concession agreement, lease or subcontract with another certified ACDBE and/or M/WBE, to the extent needed to meet the concession specific goal. We will require the Concessionaire to notify the BDDD Vice President immediately of the ACDBE and/or M/WBE s inability or unwillingness to perform and provide reasonable documentation before the ACDBE is terminated or replaced. In this situation, the Concessionaire will be required to obtain the BDDDs prior approval of the proposed ACDBE and/or M/WBE substitution and to provide copies of new or amended subcontracts, or documentation of good faith efforts. The concessionaire must include the specific reasons for the termination and/or failure to complete its agreement as set forth. The concessionaire must also provide the ACDBE and/or M/WBE with any and all documents and information as may be requested with respect to the termination or substitution of the ACDBE and/or M/WBE. If the Concessionaire fails or refuses to comply in the time specified, the Concessions Department will notify the concessionaire that it is in default. If the concessionaire still fails to comply, the contracting officer may issue a termination for default proceeding.
46 EXHIBIT F-3: ACDBE and/or M/WBE GOOD FAITH EFFORT PLAN (continued) GOOD FAITH EFFORT (GFE) FACTORS NOTE: Include a response to GFE factors and support documentation in proposal only if the ACDBE and/or M/WBE goal is not achieved. The following factors are taken into account when assessing a good faith effort response. These factors are minimally considered as good faith efforts and demonstrate specific initiatives made in attempting to achieve the applicable contract-specific ACDBE and/or M/WBE goal. These factors should not be considered as a template, checklist or some quantitative formula. Proposers are required to meet all factors outlined below and provide support documentation in order for the good faith effort plan to be assessed. NOT SUBMITTING PROPER SUPPORT DOCUMENTATION IS NOT EVIDENCE OF A PROPER DEMONSTRATION OF GOOD FAITH EFFORT. SUBMITTAL OF THE FACTORS, WITH NO ADDITIONAL DOCUMENTATION, WILL NOT BE CONSIDERED ADEQUATE DEMONSTRATION OF GOOD FAITH EFFORT. Proposers are not limited to these particular areas and may include other efforts deemed appropriate. GOOD FAITH EFFORT FACTORS Whether the Concessionaire/Contractor attended any pre-bid or pre-proposal meetings to discuss subcontracting and supplier opportunities for ACD/M/WBE participation (acceptable documentation shall include copies of the meeting sign-in sheets with Contractor name noted as signed-in) Whether the Concessionaire/Contractor advertised in general circulation, trade association, and/or ACD/M/WBE focused media concerning subcontracting and supplier opportunities (acceptable documentation shall be copies of advertisement, newspaper page where advertisement was posted or print media confirmations); Whether the Concessionaire/Contractor provided written notice via or facsimile to a reasonable number of ACD/M/WBEs and/or contacted a reasonable number of ACD/M/WBEs via telephone about the subcontracting/supplier opportunities. A reasonable number of ACD/M/WBEs is based on the number of all ACD/M/WBEs available in the areas of subcontracting or supplier opportunities (acceptable contact modes for solicitation shall be letters, facsimile transmissions, telephone communications and ); Whether the Concessionaire/Contractor solicited the ACD/M/WBE at least five (5) business days prior to bid opening, exclusive of the day the bids are opened, to allow ACD/M/WBEs to participate effectively. Also, whether the Contractor followed up those initial solicitations of interest by contacting ACD/M/WBEs at least three (3) business days prior to bid opening to determine with certainty whether the ACD/M/WBEs were interested (appropriate steps may be demonstrated by second contact attempts by letter, facsimile transmission, telephone communication or , if bidder/proposer failed to make contact on its first attempt); Whether the Concessionaire/Contractor selected portions of the work to be performed by ACD/M/WBEs in order to increase the likelihood of meeting the ACD/M/WBE goal, including, where appropriate, breaking down the contract into economically feasible portions/subcontracts to facilitate ACD/M/WBE participation. This includes portions of the work to be performed by ACD/M/WBEs the Concessionaire/Contractor would otherwise prefer to perform with its own workforce. The ability or desire of a Concessionaire/Contractor to perform the services of a contract with its own workforce does not relieve the Concessionaire/Contractor of the responsibility to meet the contract goal or demonstrate good faith efforts to do so (The bidder/proposer shall make a moderate and reasonable adjustment to the normal and practiced industry standard that demonstrates a reasonable willingness to divide up
47 scopes of work to provide more opportunities for ACD/M/WBEs to bid/quote); Whether the Concessionaire/Contractor provided interested ACD/M/WBEs with adequate information about the plans, specifications, scope of work and requirements of the Contract or adequate information about the locations of the plans, specifications, scope of work and requirements of the Contract (such access shall be provided at least five (5) business days before bid date or proposal submission); Whether the Concessionaire/Contractor fairly investigated and evaluated the interested ACD/M/WBEs regarding their capabilities, not rejecting ACD/M/WBEs as unqualified without sound reasons based on a thorough investigation. Also, whether the Contractor provided verification, including a statement giving the Contractor s reasons for its conclusion, that it rejected each non-utilized ACD/M/WBE because the ACD/M/WBE was not qualified. Qualifications must be based on factors other than solely the amount of the ACD/M/WBEs bid. A Contractor may not reject a ACD/M/WBE as being unqualified without sound reasons based on a reasonably thorough investigation and assessment of the ACD/M/WBE s capabilities and expertise. (Appropriate steps may be demonstrated with a summary matrix that identifies all bidders/proposers, evaluation criteria, assessments, conclusions and verifications); Whether the Concessionaire/Contractor negotiated in good faith with interested ACD/M/WBEs regarding price, using good business judgment and not rejecting reasonable quotes from interested ACD/M/WBE firms. Also, whether the Contractor provided written documentation why the Contractor and each of the ACD/M/WBEs contacted did not succeed in negotiating an agreement (Good faith negotiation shall mean scheduled meaningful discussions that demonstrably seek to find reasonable ways to utilize the ACD/M/WBE on the Contract); Whether the Concessionaire/Contractor made efforts to assist interested ACD/M/WBEs in obtaining Board or Contractor-required bonding, lines of credit, insurance, etc.; Whether the Concessionaire/Contractor made efforts to assist interested ACD/M/WBEs in obtaining necessary equipment, supplies, materials, or related assistance or services; Whether the Concessionaire/Contractor effectively used the services of available minority and women community organizations; chambers and contractor groups; local, State, and Federal business assistance offices, and other organizations that provide assistance in the identification of ACD/M/WBEs(acceptable contact modes for solicitation shall be letters, facsimile transmissions, telephone communications and , list(s) of ACD/M/WBEs identified, marketing brochure or flyers); Whether the Concessionaire/Contractor obtained written documentation from the Board s approved Surety Support Consultant, if applicable, or from a bona fide surety company indicating that bonding was denied and for what reason(s), prior to the ACD/M/WBE being rejected as a potential subcontractor for failing to obtain Contractor-required bonding. Documentation furnished by a surety company will be subject to verification by BDDD Whether other Concessionaire/Contractors have attained a sufficient level of ACD/M/WBE participation to meet the Contract goals will also be taken into consideration in determining whether the Concessionaire/Contractor has made a good faith effort. FOR DFW BUSINESS DIVERSITY & DEVELOPMENT USE ONLY: Plan Reviewed by: Date: Signature of BDDD Vice President: Recommendation: Approval: Denial:
48 Exhibit F-4: Airport Concessions Exhibit F-4: Airport Concessions Disadvantage Business Enterprise (ACDBE) Concessionaire Information Concept Name Concept will be Owned by the Following Entities (only those owning 10% or more): Entity 1: Ownership Percentage Entity 2: Ownership Percentage Entity 3: Ownership Percentage Entity 1 Information: Entity s principal place of business is in the city of Entity's principal place of business is in the county of Entity's majority stockholders, majority partners, majority owners, or franchisees reside or work in the city of Owner 1: Ownership Percentage Owner 2: Ownership Percentage Owner 3: Ownership Percentage Entity 2 Information: Entity s principal place of business is in the city of Entity's principal place of business is in the county of Entity's majority stockholders, majority partners, majority owners, or franchisees reside or work in the city of Owner 1: Ownership Percentage Owner 2: Ownership Percentage Owner 3: Ownership Percentage Entity 3 Information: Entity s principal place of business is in the city of Entity's principal place of business is in the county of Entity's majority stockholders, majority partners, majority owners, or franchisees reside or work in the city of Owner 1: Ownership Percentage Owner 2: Ownership Percentage Owner 3: Ownership Percentage
49 Exhibit F-4 (continued) Are any of the entities currently certified by the North Central Texas Regional Certification Agency or other ACDBE Certification Agencies? Yes No If yes, please include copy(ies) of certificate(s). If Yes, which entity of the Joint Venture? What is the certification agency? What is the certification number? If Yes, which entity of the Joint Venture? What is the certification agency? What is the certification number? Is the entity certified as a Disadvantaged Business Enterprise? Yes No If yes, please include copy(ies) of certificate(s). Is the entity certified as a Minority/Women Business Enterprise? Yes No If yes, please include copy(ies) of certificate(s).
50 Exhibit F-4 (continued) Information and Questionnaire How to Determine ACDBE Participation In accordance with the objectives of the ACDBE regulations, joint ventures are intended to have a business structure set forth in a signed written agreement that clearly and specifically defines the participation of each party in the contribution of property, capital, efforts, skills and knowledge. An ACDBE is to be responsible for a distinct, clearly defined portion of the work of the contract. In this context, distinct means separate and distinguishable from the work of the non-acdbe. Clearly defined means that there is no guesswork involved in determining the nature of the work assigned to the ACDBE. In order to be considered a distinct, clearly defined portion of the work, it is necessary to fully understand exactly what the work will entail, including an estimate of the time and resource requirements for each major task. For example, if the ACDBE s portion of the work is only described as advise about or participate in a portion of the work, the work would likely not be considered distinct or clearly defined because it is not clear what work the ACDBE will accomplish. Much more detail would be necessary in order to determine the portion of the work to be attributed to the ACDBE. Of course, the work of the contract also includes the role of the ACDBE in the overall management of the business (e.g., as a participant on a management committee or some other governing board) as well as participation in the day-today management of the business. The FAA has outlined the following areas for review when substantiating the level of ACDBE participation on your proposed Lease(s) with the Dallas Fort Worth International Airport. Capital contribution The capital to be contributed by each party should be clearly specified in the joint venture agreement. The agreement should specify the initial capital contributions to be made by each party and how future capital contributions will be allocated. The ACDBE s portion of the initial and future capital contributions should be equal to its ownership percentage. A subsequent section of this guidance will discuss issues relating to how the capital is contributed (i.e., cash contributions or financing provided by the non-acdbe joint venture participant). Control The ACDBE participant(s) in the joint venture should have control in proportion to their ownership interest and proportionate control of the governance of the joint venture.
51 Exhibit F-4 (continued) Each joint venture partner should assume full responsibility for executing each element of the work assigned to it. Usually, a joint venture will have a management committee (referred to by various names, including Executive Committee or Board ) that controls the overall business. The ACDBE participant(s) is usually a minority participant, owning less than 50% of the business. In this case, the ACDBE(s) can be out-voted on most of the business decisions made by the committee. This really means that for the most part, the joint venture is controlled by the party owning 51% or more of the business, usually not the ACDBE. However, the agreement should provide for control by the ACDBE of the activities for which it is responsible. This can be accomplished through direct control of their assigned role or establishment of a separate management committee or subcommittee in which the ACDBE has majority vote for issues involving facilities or responsibilities which it controls. In addition, there should be some major decisions requiring a unanimous vote to substantiate some level of control attributable to the ACDBE (e.g., items related to expansion, borrowing, lending money, etc.). Management The ACDBE participant must share in the management of the joint venture. The agreement should address the issue of the overall management, or governance, of the business of the joint venture and the day-to-day management of the joint venture s operation. The ACDBE participant should participate in the overall management, decision making, and day-to-day operations, including decisions on the hiring and firing of management personnel (and if appropriate nonmanagement personnel) for the joint venture to be eligible for ACDBE credit. This can be accomplished through a Management Committee, as described under control, though this is not the only acceptable mechanism. Under a management committee structure, the committee is responsible for managing and directing the business of the joint venture. Each participant is represented on the management committee and votes according to its ownership interest in the venture. Each participant on the management committee not only has a right, but an obligation to receive and consider the views of the ACDBE participant. The agreement should specify the frequency of the management committee meetings, and formal agendas and meeting minutes should be prepared. In addition, the agreement should provide for the day-today management of the joint venture and specify the roles and responsibilities of each participant. The issue of day-to-day roles and responsibilities assigned to the ACDBE participant is further discussed in Section 4. Risks Each of the participants in the joint venture must share in the risks of the business in proportion to their ownership interest. These risks include financial, legal, operational, etc. The agreement should include provisions for proportional sharing in profits as well as losses (see section 3.4). However, a monthly distribution of actual profits or monthly payment of a management fee, as defined in the agreement, consistent with industry standards, is permissible.
52 Exhibit F-4 (continued) Profits Each of the participants must also share in the profits and losses in proportion to the ownership interest. Accounting methods and the timing of distribution should be included in the agreement and reviewed for reasonableness by the airport. There should be no provisions in the agreement which have the effect of creating separate profit centers to siphon profits before each participant s share is calculated. For example, requirements to purchase goods and/or services from one of the participants that results in controlling profits remaining for distribution to the joint venture participants are not acceptable. However, purchasing goods and/or services from one of the participants may be acceptable if the terms are spelled out and the cost of the goods reflects the actual cost of the product plus any processing/handling costs and reasonable overhead expenses. Airports should carefully examine all accounting mechanisms to ensure that the distribution process is reasonable. Annual Requirement - Concessionaire shall file with BDDD and Department of Concessions on the anniversary date of the ACDBE s certification, a written affidavit, in a form acceptable to BDDD, stating any change(s) in the circumstances affecting the ACDBE s ability to meet ACDBE certification eligibility, including but not limited to size, ownership or control criteria of 49 C.F.R. Part 23 or any material changes in the information provided with the ACDBE s application for certification. Concessionaire shall also file with BDDD and Department of Concessions on an annual basis on or before January 1 st, or as requested by the Vice President of Business Diversity or designee, a written affidavit, in a form acceptable to BDDD, stating any change(s) in the circumstances affecting the Concessionaire s ACDBE participation. The written affidavit shall show Concessionaire s compliance with 49 C.F.R Part 23 and the FAA Joint Venture Guidance including but not limited to capital contribution, roles, responsibilities, control, percentage of equity ownership and address any material change(s) in the ACDBE s participation in the operations authorized by the Lease and information provided in the Concessionaire s proposal regarding ACDBE participation to the Board. The following are a list of questions used in evaluating a new joint venture agreement, but are also helpful when evaluating a current agreement as well.
53 Exhibit F-4 (continued) Joint Venture Eligibility ACDBE Review Questionnaire (submittal should include both the questions with the corresponding answers): 1. Name of Joint Venture: 2. Name, address and phone number of joint venture contact person: 3. Firms participating in joint venture (use additional pages if necessary): Name of firm: Address: Phone Number: Contact name/phone number: % ownership: ACDBE: yes no Certifying agency: Date of Certification: Type of work for which certification was granted: Name of firm: Address: Phone Number: Contact name/phone number: % ownership:
54 Exhibit F-4 (continued) ACDBE: yes no Certifying agency: Date of Certification: Type of work for which certification was granted: CAPITAL Is the ACDBE capital investment financed by the Prime? If so, how is it being repaid? 4. ACDBE initial capital contribution: $ and/or % 5. Future capital contributions (explain requirements): 6. Source of funds for the ACDBE capital contribution: CONTROL/ MANAGEMENT What areas of the business are to be controlled by the ACDBE? The ACDBE is expected to have distinctive areas of the business for which they have a majority vote and control. We need more information than terms and phrases such as participate in, or advise about when used in describing the work of the ACDBE, since the work and responsibility are not distinctive. The ACDBE is expected to participate in the day-to-day management of the business. 7. Describe the portion of the work or elements of the business that will be controlled by the ACDBE: 8. Describe the portion of the work or elements of the business to be controlled by the non-acdbe: 9. Describe the ACDBE s involvement in the overall management of the joint venture (e.g., participation on a management committee or managing board, voting rights, etc.).
55 Exhibit F-4 (continued) 10. Describe the roles and responsibilities of each joint venture participant with respect to managing the joint venture (use additional sheets if necessary): a. ACDBE joint venture participant: b. Non-ACDBE joint venture participant: 11. Describe the roles and responsibilities of each joint venture participant with respect to operation of the joint venture (use additional sheets if necessary): a. ACDBE joint venture participant: b. Non-ACDBE joint venture participant: 12. Which firm will be responsible for accounting functions relative to the joint venture s business? 13. Explain what authority each party will have to commit or obligate the other to insurance and bonding companies, financing institutions, suppliers, subcontractors, and/or other parties? 14. Please provide information relating to the approximate number of management, administrative, support and non-management employees that will be required to operate the business and indicate whether they will be employees of the ACDBE, non-acdbe or joint venture. Management Non-ACDBE ACDBE Firm Joint Venture Administrative Support Hourly Employees 15. Please provide the name of the person who will be responsible for hiring employees for the joint venture. Who will they be employed by?
56 Exhibit F-4 (continued) 16. Are any of the proposed joint venture employees currently employees of any if the joint venture partners? yes no If yes, please list the number and positions and indicate which firm currently employs the individual(s). 17. What will be the voting rights of the joint venture members? RISKS AND PROFITS 18. Describe the ACDBE s share in the profits of the joint venture: 19. Describe the ACDBE s share in the risks of the joint venture: 20. Does the ACDBE pay the Prime a service or management fee? If so, a. How is the service or management fee calculated? b. How often is the service or management fee paid? c. What are the services provided by the non-acdbe partner in return for the service or management fee? OTHER 21. Attach a copy of the joint venture agreement, promissory note or loan agreement (if applicable), and any and all written agreements between the joint venture partners. 22. List all other business relationships between the joint venture participants, including other joint venture agreements in which the parties are jointly involved. 23. What is the ACDBE participation commitment of your Lease Agreement with the Dallas Fort Worth International Airport?
57 EXHIBIT F-5: Minority/Women Business Enterprise (M/WBE) COMMITMENT FORM The M/WBE goal for each location is 0%. NOTE: The BDDD will only credit M/WBE participation that is certified by an approved certification entity at the time of proposal submission. The undersigned concessionaire/vendor has satisfied the requirements of the proposal specifications in the following manner (Please check ( ) only one box): The proposer is committed to meeting or exceeding the M/WBE goal, with a minimum of % M/WBE participation for each location. (If checked, must submit required M/WBE Compliance Plan). The proposer is unable to meet the M/WBE goal and is committed to a minimum of % M/WBE utilization on this contract and submits documentation demonstrating good faith efforts. (If checked, must submit required M/WBE Compliance Plan and Exhibit F-3) The proposer is unable to meet the M/WBE goal and submits documentation demonstrating good faith efforts. (If checked, must submit required Exhibit F-3) Name of Proposing Entity: Name of Authorized Representative or Designee: Title: Signature:
58 EXHIBIT F-5 (continued) M/WBE COMPLIANCE PLAN The tenant finish out (design and construction) M/WBE participation goal for this solicitation is 30%. The good faith solicitation level is 100% meaning the Concessionaire and its Contractor will make a good faith effort to solicit all (100%) available M/WBEs for its contracting/subcontracting opportunities not just a select few. The Concessionaire and its selected Contractor will continually pursue a level of M/WBE participation that equals or exceeds the stated goal. This Compliance Plan provides for the M/WBE participation to be solicited and procured after the concession lease has been awarded and describes the delivery method the Concessionaire and its selected General Contractor will follow to solicit, obtain and maintain M/WBE participation to meet the M/WBE commitment. Goods & Services Identify products and services that will be procured and utilized in the daily operations of the concession. Describe proposer s efforts to identify and utilize M/WBE vendors for these products and services. Tenant Build Out - Design Identify architectural and engineering services that will be procured and utilized in the design of the concession. Describe proposer s efforts to identify and utilize M/WBE vendors for these services. Tenant Build Out Construction Identify construction and construction-related services that will be procured and utilized in the construction finish out of the concession. Describe proposer s efforts to identify and utilize M/WBE vendors for these services. Describe procurement process proposer will utilize in awarding prime and subcontracting contracts. M/WBE Community Outreach Efforts and Advertising to M/WBE Certified Firms Describe proposer s efforts to solicit, obtain and maintain M/WBE participation to meet the M/WBE commitment including publicly advertising business opportunities, hosting M/WBE outreach meetings, partnering with M/WBE advocacy organizations, offering technical assistance support, etc. Provide contact information for designee responsible for managing the procurement process and ensuring compliance with the M/WBE commitment. Compliance Documents and Reporting The Concessionaire will submit the following documentation, properly completed and submitted when required. Schedule of Subcontractors Forms (design and construction) Final Utilization Forms (design and construction)
59 Exhibit G Workforce Composition NAME OF BIDDING FIRM / CONTRACTOR DATE Classification American Indian or Alaskan Native Asian or Pacific Islander Black Hispanic White Total Number of Full Time Employees M=Male / F=Female M F % M F % M F % M F % M F % M F ALL % Officials and Managers Professionals Technicians Sales Workers Administrative Support Workers Craft Workers Laborers and Helpers Service Workers TOTAL Definitions in accordance with Equal Employment Opportunity (EEO) American Indian or A person having origins in any of the original peoples of North America, and who maintain their culture through a tribe or community Alaskan Native Asian or Pacific A person having origins in any of the original people of the Far East, Southeast Asia, India, or the Pacific Islands. These areas include, for example, Islander China, India, Korea, the Philippine Islands, and Samoa. Black A person having origins in any of the black racial groups of Africa. Hispanic A person of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin, regardless of race. White A person with origins in Europe, North Africa, or the Middle East. REMARKS:
60 Exhibit H: Proposer Checklist Please use this checklist when finalizing your proposal. The following items must be included with each copy of your proposal. A separate proposal should be submitted for each package Use the RFP to determine the specific information required in each section. Proposers will submit eight (8) three (3)-ring binders, including one original, marked "Original", and seven (7) identical copies. Only the original should contain a rent section and a financial section. Please place these elements in separate envelopes. The seven (7) copies should include all sections included in the original except for the rent and financial sections. Please label your proposals on the front cover as Original or Copy 1 of 7, Copy 2 of 7 etc. Please note the package number on the front cover of the proposal. An electronic copy of the Original Proposal should be included on disk or thumb drive, saved in an Adobe format. Proposal should not exceed a total of sixty (60) 8 ½ inch x 11 inch pages in length, 11 point font, single-spaced, single sided (thirty 30 pages double sided). Please use the following tabs when identifying each section of your proposal: Tab 1 - Introduction A. Cover Letter B. Executive Summary C. Proposal Deposit Deposit should be inserted in the proposal marked original. D. Notarized Proposal Acknowledgement Form (Exhibit A) E. Concessions Business Disclosure Form (Exhibit B)
61 Tab 2.1 Concept (Merchandise/Operation) A. Brand B. Location Design C. Product Pricing List (Not included in Page Count Limit) D. Innovation E. Operations Overview F. Management Experience (includes Management/Staffing) Tab 2.2 Rental Information to the Airport (Separate Envelope in Original only) A. Financial Offer, Attachment 1 Tab 2.3 Financial Information (Not included in Page Count Limit) (Separate Envelope in Original Only) A. Estimated Facility Investment, Exhibit C B. Pro Forma, Exhibit D C. Attachment 2 Sales Expectation Information Tab 2.4 ACDBE and D/M/WBE Participation (Not included in Page Count Limit) A. Description and documentation of ACDBE contribution(s) and role(s) in the proposed concept that meets the requirements. B. Exhibit F-1: Required for all proposers C. Exhibit F-2: Required for proposers with percentage participation and joint ventures. D. Exhibit F-3: Required for all Good Faith Efforts. E. Exhibit F-4: Required for proposers with percentage participation and joint ventures. F. Draft joint venture or operating agreement must be submitted in its entirety including amendments, exhibits, attachments and any promissory notes (including a description of the collateral for any loan or personal guarantee) associated with the proposed operation(s). This is required for all proposers with percentage participation. G. ACDBE Certificates for ACDBE firms identified (Required for all proposers) H. Exhibit G Workforce Composition (Required for all proposers.)
62 D/M/WBE Participation (Not included in Page Count Limit) A. Description and documentation of D/M/WBE contribution(s) and role(s) in the proposed concept that meets the requirements. (Required for all proposers) B. Exhibit F-5: D/M/WBE Commitment and Utilization Plan (Required for all proposers). C. D/M/WBE Certificates for D/M/WBE firms identified (Required for all proposers). AFFIRMATION I HEREBY AFFIRM THAT THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. NAME AND TITLE OF AUTHORIZED OFFICIAL: SIGNATURE: DATE:
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA
NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA ACTIVITY (All times are EST) Dated September 20, 2013
AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES
COUNTY OF SONOMA AUTOMATED AIRCRAFT IDENTIFICATION AND BILLING SERVICES FOR THE CHARLES M. SCHULZ SONOMA COUNTY AIRPORT Request for Proposals (RFP) The County of Sonoma, Charles M. Schulz Sonoma County
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
RFP-00118 ADDENDUM NO. 1
INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,
CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support
CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS 1.0 GENERAL INFORMATION 1.1 Introduction. a. The Pennsylvania Convention Center Authority ( PCCA or the Authority ) is the entity responsible for the construction and operation of
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES
STATE OF MAINE DEPARTMENT OF EDUCATION RFP # 201205322 PAYROLL SERVICES FOR TEMPORARY RESOURCES RFP Coordinator: Jeff Mao, Learning Technology Policy Director Department of Education 23 State House Station
DUE DATE: August 23, 2011-2:00 p.m.
REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School
Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX
5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146
THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146 The Board of Trustees of the Oklahoma Public Employees Retirement System (OPERS)
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES
TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for
COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002
REQUEST FOR PROPOSAL VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002 SCOPE OF SERVICES 1. PURPOSE The County of Cowley is seeking a vendor to supply vending machine services
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
How To Manage A Power Station
CARESERV TECHNOLOGIES, LLC SERVICE AGREEMENT COLOCATION SERVICES SCHEDULE Version 2014.1 (01.01.2014) This Schedule, together with any Order referencing this Schedule or pursuant to which the services
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS
REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT
REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration
The City of Rockwall Request for Proposals for Fixed Base Operator Services at Ralph M. Hall / Rockwall Municipal Airport
The City of Rockwall Request for Proposals for Fixed Base Operator Services at Ralph M. Hall / Rockwall Municipal Airport All proposals shall be addressed to: City of Rockwall Attn: Lea Ann Ewing, Purchasing
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
Debt Collection Services
NORTHWEST RURAL EMERGENCY MEDICAL SERVICES ASSOCIATION, INC. 29530 QUINN ROAD TOMBALL, TX 77375 281-351-8272 REQUEST FOR PROPOSALS For Debt Collection Services for Northwest EMS Proposals are due by 3:00
INDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
Request for Proposals
Will County Treasurer Request for Proposals Merchant Services, ACH, and Online Bill Payment Brian S. McDaniel 3/5/2014 Introduction General Rules The Will County Treasurer will consider proposals from
HOW TO DO BUSINESS WITH THE STATE OF ALASKA
State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:
Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE
S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,
City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC
City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
Limited Agency/Company Agreement
Effective, this Agreement is entered into by and between Safepoint MGA, LLC and Safepoint Insurance Company Inc., hereinafter referred to as Company, and hereinafter referred to as Agent. It being the
Insurance Market Solutions Group, LLC Sub-Producer Agreement
Insurance Market Solutions Group, LLC Sub-Producer Agreement This Producer Agreement is made and entered into effective the day of, 20, by and between Insurance Market Solutions Group, LLC a Texas Company
Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
TABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE
THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS
REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS Issued: TABLE OF CONTENTS 1. Introduction...3 1.1 Purpose...3 1.2 Background...3 1.3 Scope of Work...3 1.4 Current Infrastructure...3
REQUEST FOR PROPOSALS
PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation
THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC
THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card
175 TownPark Drive, Suite 400, Kennesaw, GA 30144 APPROVED UNDERWRITER AGREEMENT
175 TownPark Drive, Suite 400, Kennesaw, GA 30144 APPROVED UNDERWRITER AGREEMENT THIS APPROVED UNDERWRITER AGREEMENT (the Agreement ) is made and entered into as of this day of, 20, by and between, (the
CITY OF POMONA. Request for Qualifications and Proposals. For
CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification
BUYING AGENCY AGREEMENT
THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS
STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,
Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
Request for Proposals for Upgraded or Replacement Phone System
City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement
REQUEST FOR PROPOSAL. Solicitation No. 8004926 Access Control Management System
REQUEST FOR PROPOSAL Solicitation No. 8004926 Access Control Management System Deadline for Proposal Submittal: August 28, 2014 at 2:00 p.m.(central Time) Location: DFW Airport Procurement Office 3122
AGREEMENT. Solicitor Without Per Diem Compensation
Solicitor Without Per Diem Compensation AGREEMENT Products underwritten by: American General Life Insurance Company Houston, Texas The United States Life Insurance Company in the City of New York New York,
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board
City of Pittsburgh, PA - Request For Proposals and procurement Process
CITY OF PITTSBURGH REQUEST FOR PROPOSALS AND QUOTE For Professional Services in support of: 1) the development of City of Pittsburgh requirements for a Workforce Management System, 2) review of the City
Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted
Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,
SAMPLE REQUEST FOR PROPOSALS TEMPLATE
SAMPLE REQUEST FOR PROPOSALS TEMPLATE Request for Proposals (RFP) For: [Title of RFP Project] Note: This sample is for a fabrication type of RFP. [RFP ID #] Issued: [Date] Submission deadline: [Time/Date]
REQUEST FOR QUALIFICATIONS/PROPOSALS FOR THE PROVISION OF PROFESSIONAL SERVICES PRIMARY BANKING. ISSUE DATE: June 23, 2011. DUE DATE: July 12, 2011
NOTE: The Borough of Fort Lee will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE
AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519
REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO. 164519 School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
BID SPECIFICATION PACKAGE
REQUEST FOR PROPOSALS: E-RATE TELEPHONE SYSTEM & COMPLETE INTERNAL CONNECTIONS BID SPECIFICATION PACKAGE FOR: HOUSTON GATEWAY ACADEMY, INC. REQUEST FOR PROPOSAL Telephone System for Houston Gateway Academy,
REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER
RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February
STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)
STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority
REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P
REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P Canyons School District Purchasing Department 9361 South 300 East Sandy, Utah 84070-2538 Table of Contents I. GENERAL... 2 A. Intent of
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS
7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES
REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES DEVELOPMENT AUTHORITY OF FULTON COUNTY 141 PRYOR STREET S.W., SUITE 1031 ATLANTA, GEORGIA 30303 DATE RE-ISSUED JANUARY 21, 2014 RESPONSES DUE
Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015
Request for Proposals (RFP) Communications Services September 17, 2015 PURPOSE Opportunity Inc. of Hampton Roads (OppInc.) seeks a communications consultant (the Consultant) to provide Communications Services
GENERAL AGENT AGREEMENT
Complete Wellness Solutions, Inc. 6338 Constitution Drive Fort Wayne, Indiana 46804 GENERAL AGENT AGREEMENT This Agreement is made by and between Complete Wellness Solutions, Inc. (the Company ) and (the
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
Solicitation 2013-9. Emergency Disaster Cleanup Services. Bid designation: Public. Lehi City
Solicitation 2013-9 Emergency Disaster Cleanup Services Bid designation: Public Lehi City 11/4/2013 4:51 PM p. 1 Bid Number 2013-9 Bid Title Emergency Disaster Cleanup Services Emergency Disaster Cleanup
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
Request for Proposal RFP #201501. Printing & Mailing Services
Request for Proposal Printing & Mailing Services Date of Issue: 03/24/2015 For period beginning: 05/01/2015 Due Date/Time for Receipt of Proposals: 04/06/2015 @ 2:00 p.m. (EDT) RFP Number: 201501 Date
