PART I, GENERAL REQUIREMENTS AND COVENANTS



ON-AIRPORT CAR RENTAL

SPECIFICATIONS AND

CONCESSION AGREEMENT

FOR THE MONTROSEABILENE REGIONAL AIRPORT

[pic]

PART I – GENERAL PROVISIONS

THE MONTROSE COUNTY BOARD OF COUNTY COMMISSIONERS

INVITATION TO BID AND CONTRACT DOCUMENTS

FOR AN ON-AIRPORT CAR RENTAL CONCESSION

AT THE MONTROSE REGIONAL AIRPORT

TABLE OF CONTENTS

TABLE OF CONTENTS………………………………………………………………….….2

PART I – GENERAL PROVISIONS…………………………………………......................2

PART II – BID REQUIREMENTS………………………………………………………….4

PART III - GENERAL DEFINITIONS………………………………………......................7

SECTION I - PURPOSE OF THE INVITATION TO BID………………………..………9

SECTION II – HISTORICAL INFORMATION…………………………………………...9

A. AIRPORT INFORMATION…………………………………………………………...9

B. AIRLINES PROVIDING SCHEDULED SERVICE…………………………………..9

C. STATISTICAL INFORMATION…………………………………….........................10

SECTION III GENERAL INFORMATION……………………………….........................10

A. MINIMUM QUALIFICATION CRITERIA………………………………………….10

B. TERM OF AGREEMENTS…………………………………………………………...11

C. ALLOCATION OF RENTAL COUNTERS TO SUCCESSFUL BIDDERS...………11

D. FACILITIES/DEVELOPMENT REQUIREMENTS…………………………………12

E. CUSTOMER FACILITY CHARGE/RIGHT TO CONSTRUCT NEW FACILITY. . 12

F. CONCESSION AGREEMENT……………………………………………………….13

G. FEES…………………………………………………………………………………...13

1. Privilege Fee/Rent/Ready/Return Lot/Gravel Lot…. …………………………….14

H. DISADVANTAGED BUSINESS ENTERPRISE PROGRAM……………………....15

I. DBE PARTICIPATION GOALS……………………………………………………...15

J. AWARD CRITERIA………………………………………………………………….15

K. BID SECURITY (OR DEPOSIT)……………………………………………………..16

1. Bid Security or Deposit……………………………………………………………….16

L. INSURANCE………………………………………………………………………….17

M. ADDITIONAL INFORMATION……………………………………………………..17

N. CONFIDENTIALITY…………………………………………………………………18

O. DUAL BRANDING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .18

INSTRUCTIONS TO BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .19

A. SUBMISSION OF BID. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19

B. DESCRIPTION OF BID. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19

BID REQUIREMENTS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20

A. COVER LETTER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20

B. BID CHECKLIST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20

C. QUALIFICATIONS QUESTIONNAIRE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20

D. BID FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20

BID FORM A - BID CHECKLIST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21

BID FORM B- QUALIFICATIONS QUESTIONAIRE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22

SECTION I - GENERAL INFORMATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22

SECTION II - BACKGROUND DATA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26

SECTION III - REFERENCES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28

BID FORM C - COLORADO BID BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31

BID FORM D - SPECIAL PROVISION NON-COLLUSION AFFIDAVIT . . . . . . . . . . . . . . 33

BID FORM E - ADDENDA. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34

APPENDICES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35

APPENDIX I - TWO AIRLINE SCHEDULES - WINTER AND SUMMER . . . . . . . . . . . . . 35

APPENDIX II - ANNUAL ENPLANEMENT DATA FOR YEARS 1993-MAY 31, 2004 . . . 37

APPENDIX III - MONTHLY ENPLANEMENT DATA FOR YRS. 2000-MAY 31, 2004 . . . 38

APPENDIX IV - MTHLY. REV. REC’D BY ON AIRPORT RENTAL CAR CO’S . . . . . . . . . 39

APPENDIX V - ANNUAL GROSS REVENUE ON AIRPORT . . . . . . . . . . . . . . . . . . . . . . . . 40

APPENDIX VI - READY/RETURN PARKING LOT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .41

APPENDIX VII - OVERFLOW GRAVEL PARKING LOT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42

APPENDIX VIII -RENTAL CAR COUNTERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43

APPENDIX IX - PREFERENCE RANKING FOR COUNTER SPACE, READY/RETUN . . . . . 44

AND GRAVEL LOTS

SECTION X - RENTAL CAR CONCESSION AGREEMENT . . . . . . . . . . . . . . . . . . . . . . . . 45

APPENDIX XI - PERFORMANCE BOND FORM. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 53

PART II – bid requirements

COUNTY OF MONTROSE

INVITATION TO BID

MONTROSE REGIONAL AIRPORT

The Montrose County Board of County Commissioners City of Abilene will receive sealed, written bids at the County Administration Building, Board of County Commissioner’s Hearing Room at 161 S. Townsend Avenue, Montrose, Colorado 81401Purchasing Administrator's Office, 555 Walnut Avenue, P.O. Box 60, Abilene, Texas 79604, until 10:00 a.m. August 12, 200411:00 a.m. on Tuesday, August 8, 2000, to four FOUR on-airport car rental concession agreements to do business at the MontroseABILENE Regional Airport.

The Montrose County Board of County Commissioners City of Abilene(referenced herein as “CountyCity”) for the Montrose Regional Airport (referenced herein as “Airport”) is seeking competitive bids for the operation and management of foufourr on-airport car rental concessions within on the first floor of the passenger terminal building at the MontroseAbilene Regional Airport. The terminal building is currently undergoing a comprehensive renovation with an expected completion date of November, 2000.

The Concession Agreements will be awarded for a term of three years. The term of the agreement is estimated to begin on October 1, 2004or before September 1, 2000.

A mandatory Due to time constraints with the renovation for the area of the rental car counters, a pre-bid conference has been tentatively scheduled for Friday, July 28, 2000 Wednesday, July 14, 2004 at 10:0010:00 a.m. in the Montrose County Administration Building Abilene Aero located at 161 S. Townsend Avenue, Montrose, Colorado. Contact the Airport Administration Office or Scott Brownlee, Director of AviationKeith Kaspari,Airport Operations Manager at (970) 249-3203 or 915-668-4763 for directions and/or assistance.

The CountyCity will not accept bids received after bid closing time. The bids will be publicly opened and read aloud in the Board of County Commissioners meeting room at the County Administration Building Council Chambers at City Hall immediately after the closing deadline. All bids shall be enclosed and sealed in opaque envelopes and addressed to:

County of Montrose

Sandy Nelson

161 S. Townsend Avenue

Montrose, CO 81401

Abilene, Texas 79604All bids shall be clearly marked:

BID FOR ON-AIRPORT CAR RENTAL CONCESSION

AT THE MONTROSEE ABILENE REGIONAL AIRPORT

Each bid must conform to the requirements contained in the “Instructions to Bidders” and must include a complete set of all required documents and forms.

All questions and comments concerning these opportunities and the Invitation to Bid document should be directed in writing to Mr. Scott Brownlee Pascual Mirelez, Director of Aviation,Purchasing Administrator Montrose Regional Airport, 2100 Airport Road, Montrose, CO 81401P.O. Box 60, Abilene, Texas 79604; phone number 970-249-3203915-676-6225, or by facsimile at 970-249-2808915-676-6285.

Any questions arising during the advertising period as to the meaning or intent will be answered by an addendum that will be sent via United States Parcel Service. All requests for clarifications to the bid specifications and plans mustshall be received at least fifteen (15) calendar days prior to the date for receipt of bids.

A cashier's check, certified check, or acceptable Bid Bond, payable to the Montrose Regional AirportCity of Abilene, Texas, in the amount of TWO THOUSAND DOLLARS ($2,000.00), without reservation must accompany each bid to guarantee that, if awarded the contract, the Bidder will, within fourteen (14) days after receiving Notice of Award, enter into a contract, provide an acceptable Certificate of Insurance, and execute bonds on the forms provided in the Contract Documents.

The receipt of each addendum shall be acknowledged by the Bidder in the space provided, and each addendum shall be enclosed with the Bid when it is submitted. All addenda shall become a part of the contract documents.

The CountyCity may award the contract to thefour responsible bidders. In reviewing the various Bid Proposals it receives, the County reserves the right to reject, for any reason whatsoever, any and all Bid Proposals; to award four Concessions if the County believes that it is in the County and Airport’s best interest to do so; and to waive any informality or irregularity in a Bid Proposal. Without limiting the foregoing, the County specifically reserves the right to reject a bid with a higher net value to the County, and to award the concession’s operating rights to a bidder whose bid represents a lower net value to the County, if the County believes, in its sole discretion, that so doing would be in the best interest of the County or would assist the County in fulfilling its DBE goals and commitments with the Federal Aviation Administration (FAA).City

The action to award each Agreement is subject to the approval by the County. Abilene City Council The submission of a bid by any Bidder does not in any way commit the CountyCity of Abilene to enter into an agreement with that Bidder, or any other Bidder.

(Signature)

City of Abilene

Date:

PART III – DEFINITIONS

As used herein and in the Rental Car Concession Agreement contained in the Bid Documents:

1. Addenda - written or graphic instruments issued by the County prior to bid, which modify or interpret the bid documents by revisions, additions, deletions, clarifications or corrections thereto. Upon issuance, addenda become a part of the bid documents.

2. Bid Documents - consist of the Invitation to Bid, Instructions to Bidders, Bid Proposal, Rental Car Concession Agreement, and any addenda issued prior to the opening of bids.

3. Bid Proposal - a fully completed and properly executed document, with all required attachments, proposing to operate one of the rental car concessions at the Airport, in accordance with the terms and conditions of the Rental Car Concession Agreement that must be executed by the successful bidders, these Instructions to Bidders, and the other Bid Documents.

4. Concession - shall be the non-exclusive right granted by the County to provide motor vehicle rental services at the Airport.

5. Concessionaire - shall mean the holder of the Concession. The current Concessionaires are MICAR Inc., d/b/a Budget, JFC Automotive Rental Group, LLC d/b/a Dollar, BDD Enterprises, LLC d/b/a National, MICAR, Inc. d/b/a Sears, and JFC Automotive Rental Group, LLC d/b/a Thrifty.

6. Concession Term - shall mean a three (3) year period, commencing October 1, 2004, at 12:00 a.m., and terminating at 12:00 midnight on September 30, 2007, subject to earlier termination pursuant to the terms and conditions of the Concession Agreement.

7. Dual Branding - Dual Branding shall be permitted for companies who wholly own (100% ownership interest) two rental car brands. Dual branding shall only be permitted for those who bid as dual brands. Concessionaire’s who have not bid dual brands will not be allowed to operate such during the term of this agreement.

8. Gross Revenue/Gross Receipts - As used herein, the term "Gross Revenue” or “Gross Receipts” shall mean the total amount actually charged to the customer by Rental Car Concessionaire for or in connection with the use of a vehicle contracted for, delivered, or rented to the customer at the Terminal Building, regardless of where or by whom the payment is made or where the vehicle is returned, including:

1. Any sums received from the customer for acceptance of personal accident or personal effects insurance (or any other insurance now or hereafter offered on Concessionaire’s rental car agreement),

2. Any amounts billed to and paid by customers for waiver by Concessionaire of its rights to recover from customers for damage to the vehicle rented,

3. Any charges for automobiles originally rented from facilities at the terminal building exchanged at any point, and

4. Any charges for optional equipment such as cellular telephones, luggage or ski racks, infant seats, additional drivers, etc.

a. The term "Gross Receipts" shall not include:

1. The amounts of any federal, state, or municipal sales taxes, now or hereafter levied or imposed, separately stated on the rental agreement and collected from customers of Concessionaire,

2. Any sums received by Concessionaire from customers for damage to automobiles or Concessionaire property, or for loss, conversion, or abandonment of such automobiles,

3. Any sums received by reason of Concessionaire disposal of capital assets and/or trade fixtures.

9. Guaranteed Minimum Annual Concession Rental - the guaranteed minimum annual concession rental set forth by the bidder on its Bid Proposal, for each year of the three (3) year concession term. Said guaranteed minimum annual concession rental must be equal or exceed $32,000.00 for the first 52 week period of the concession rental (October 1, 2004 through September 30, 2005), and $35,000.00 for each of the next two (2) years of the concession term. The total guaranteed minimum full term concession rental set forth by the undersigned, below, must equal or exceed $102,000.00.

10. Guaranteed Minimum Full Term Concession Rental - the guaranteed minimum concession rental set forth on the bidder’s Bid Proposal, for the full three (3) year term of the Concession Agreement to be executed by the successful bidders. Said guaranteed minimum full term concession rental must equal or exceed $102,000.00 or the Bid Proposal shall be considered irregular by the County and may be rejected by the County on account of said irregularity.

11. Rental Counters - There are currently six (6) Rental Counter Areas available to choose from at the Montrose Regional Airport. The size of each counter is approximately 10’ x 20’. Rental Counters are numbered 1-6 can be seen as Exhibit VIII. Rental Counters shall be leased to successful bidders pursuant to the terms and conditions set forth below and in those set forth in the Concession Agreement to be executed by successful bidders.

SECTION I

BACKGROUND AND PURPOSE OF THE INVITATION TO BIDThe City is currently renovating the existing passenger terminal building at the Abilene Regional Airport. The newly renovated passenger terminal building incorporates improvements for airline, rental car concessionaires, retail concessionaires, and airport administrative staff to conduct business operations.

It is the goal of the CountyCity to attract, provide for, and maintain efficient rental car concession facilities and services at the Montrose Regional Airport that are of first-class quality. , as well as

While the operating term of the agreement, which will be awarded as a result of this Invitation to Bid, will not commence until the rental car counters and lower level entrance is completed, the City wishes to award the contracts as soon as practical to enable the selected concessionaires to work with the airport’s administrative staff to insure the best utilization of space for the businesses as well as a smooth transition to the newly renovated facilities.

SECTION Ii

historical informationThe City is currently renovating the existing passenger terminal building at the Abilene Regional Airport. The newly renovated passenger terminal building incorporates improvements for airline, rental car concessionaires, retail concessionaires, and airport administrative staff to conduct business operations.

Airport Information

The MontroseAbilene Regional Airport is a commercial service airport operated by the County of Montrose. The Airport is currently served by one (1) airline operating daily, with year-round scheduled service. The airline currently serving the Airport year-round is SkyWest operating as United Express to Denver. Currently ten (10) months of the year Continental/Continental Express airlines provides service to Houston. Winter service currently expands with service to Newark operated by Continental Airlines/Continental Express, service to Dallas and Chicago with American Airlines/American Eagle, and service to Denver by United Airlines. The airlines occupy ticket counters, baggage facilities and offices at the airport for full services to the flying public.

The Airport is located approximately one mile north southeastof downtown MontroseAbilene, situated on approximately 1,1371,700 acres of land and is located within the city limits of the City of MontroseAbilene, Montrose CountyTaylor, ColoradoTexas. The airport’s The Airport has two runways. The primary instrument runway 17/35 is 10,000 ft. in length by 150 ft. wide and the secondary runway 13/31 is 7500 ft. in length by 100 ft. wide. three runways range in length and width from 3,600 feet by 100 feet (Runway 4/22), to an average of 7,200 feet by 150 feet (Runway 17-L / 35-R and Runway 17-R / 35-L).

The newly renovated terminal building includeswill have approximately 28,000 square feet of enclosed space and. The concourse will have multiple aircraft parking positions. The City, Abilene Regional Airport and the Airport Development Board is awaiting word for final funding for an 8,600 square foot terminal expansion to the south. The expansion will provide two secure passenger boarding areas with two aircraft loading bridges, an elevator and stairway to accommodate access for ground level or mezzanine level boarding. De-planing passengers will utilize an escalator to the lower level of the passenger terminal and access the rental car counters, baggage claim areas and conference rooms.

The landside portion of the expanded terminal building will consist of an expanded Departure (queing) Area for airline ticketing operations, as well as the Arrival Area (baggage claim). The Arrival Area consists of passenger baggage claim facilities, rental car agency service desks, hotel/motel/ground transportation courtesy phones (with ADA compatibility) and access to the lower level entrance for access to all methods of ground transportation.

The main lobby consists area will of rental car counters and adjacent baggage claim area, passenger ticketing, screening and waiting areas, vending and cafe, as well as the Airport’s administrative offices, a restaurant, and a gift shop and news stand concession..

Future developments call for a baggage service office and baggage claim device to be located on the lower level and a business center on the upper level of the terminal.

Airlines Providing Scheduled Service

The following scheduled airlines currently serve the Airport.

Sky West operating as United Express

United Airlines (Seasonal)

Continental Airlines/Continental Express (Seasonal)

American Airlines/American Eagle (Seasonal)

A copy of the airline flight winter and summer schedules are shown in Appendix I of this Invitation to Bid.

Continental Express AirlinesC. Statistical Information

Historical annual passenger enplanements and deplanements activity for the years 1993-20031976 – 1999 are attached in Appendix II , Page 91, of this Invitation to Bid. Monthly activity for 2003 is shown in Appendix III of this Invitation to Bid.

Historical rental car revenues for years 2002 and 2003 are attached in Appendix V 92, of this Invitation to Bid. It should be noted that each current operator’s contract with the Airport may have varying terms and varying percentage of gross.*

SECTION III

GENERAL INFORMATION

A. Minimum Qualification Criteria

Bidders are required to demonstrate that they possess the following minimum qualifications in order for bids to be accepted:

1. A minimum of one year experience within the last five years in the operation of a car rental business with gross revenues of at least one hundred thousand dollars ($100,000.00) each year.

2. The demonstrated financial capability to perform the requirements of the contract.

3. The ability and commitment to provide an adequate fleet of rental cars to the Airport Abilene. Bidder agrees to only lease from the Airport motor vehicles which are current year models, or the preceding year’s models, available from the manufacturer involved to keep its motor vehicles serving the Airport in good operating order and repair; to not rent any motor vehicle to any party which is not in good operating order and repair, or which may be hazardous to the person renting the same or to the general public; and to provide a sufficient number and type of motor vehicles as necessary to properly serve the need and demands of all users. Nothing herein shall be interpreted as obligating the County to inspect Concessionaire’s motor vehicles serving the Airport to ensure that said motor vehicles are in good condition and repair, and the County shall not be liable to any third person who suffers personal injury or property damage as a result of a motor vehicle leased by Concessionaire from the Airport that was not in good operating

condition or repair.

4. The ability and commitment to provide a national reservation and credit card system.

B. Term of Agreements

The County will grant a three (3) year contract for four rental car counters along with four agreement’s to the successful bidders. The term of this agreement shall be for the period commencing on October 1, 2004 at 12:00 a.m. and expiring at 12:00 midnight on September 30, 2007.

C. AllOCATION OF RENTAL COUNTERS TO SUCCESSFUL BIDDERS

The County shall lease four of the six rental counters which are presently located at the Airport (as well as any other areas that it may create) to the successful bidders who execute new Concession Agreements with the County. There are presently sixty eight (68) ready/return parking spaces as shown in Appendix VI in the paved area and a gravel parking lot that will be split equally. Each successful bidder shall be allocated an equal number of ready/return parking spaces in the paved lot. The gravel lot will be divided equally as seen Appendix VII- Overflow Gravel Parking Lot.

The new Concessionaires must fully complete and execute the preference form, and return the form to the County, within the same fourteen (14) day period within which they must execute and return their Concession Agreement to the County. The counter space will be awarded to the proposers in rank order, with the proposer offering the highest total minimum guarantee for the three year term of the agreement having first choice, the proposer offering the second highest total minimum guarantee for the three year term having second choice and so on. Each proposer will indicate its preference for counter space by marking its choices on Appendix IX of the specifications and concession agreement for the Montrose Regional Airport. If a new Concessionaire fails to execute and return the preference form within fourteen (14) days after the County forwarded notice to the Concessionaire of the County’s acceptance of its bid proposal, the new Concessionaire shall be deemed to have forfeited its right to choose the terminal building office and counter space it prefers, and the County shall assign to said new Concessionaire the terminal building rental car office and counter area the County deems appropriate, in its sole discretion, after the County has awarded the other office and counter areas being vacated by the present Concessionaires to those new Concessionaires who timely return their executed preference forms within the required period.

If a current Lessee is displaced they must leave the facility in good condition with the exception of reasonable wear and tear, and current Lessee shall have the right, upon termination or expiration (September 30, 2004) to remove all trade fixtures and equipment and other personal property installed or placed by Lessee at its expense, in, on, or about the Terminal Building, the Ready/Return Lot or gravel parking lot, subject, however, that Lessee shall not abandon any of its property on the premises without the written consent of Lessor.

Any and all property not removed by Lessee by September 30, 2004 may, at the option of Lessor, thereupon become a part of the Terminal Building in which it is located, and title thereto shall thereupon vest in Lessor. Lessor shall have the right to require that Lessee pay to Lessor all reasonable costs of disposal of the aforesaid property. Any and all Lessor’s property damaged by, or as the result of, the removal of Lessee’s property shall be restored by Lessee, at its own expense, to the condition existing prior to such damage.

d. Facilities/Development Requirements

It is the desire of the County City to create a first-class concession program at the Airport. The selected Concessionaires shall be allocated and provided with counter and office space within the Terminal Building at the Airport, as depicted in Appendix VIII.

All cost of equipment installation and decorating of the counter and office space shall be the responsibility of the successful bidder. The successful bidders will be required to provide quality back wall signage and finishes to the designated counter locations in order to maintain the Airport’sCity's standards and to insure attractive and efficient facilities which complement the overall terminal design. Any and all In addition, successful bidders will be required to provide one sign to fit an Airport-provided back-lit sign frame. successful new bidders will be required to submit to the Director of Aviation theManager a copy of the drawings for Bidder’s proposed sign and improvements, for approval, which approval shall not be unreasonably withheld.

E. CUSTOMER FACILITY CHARGE / RIGHT TO CONSTRUCT NEW FACILITIES

Montrose County may plan or implement a development program at the Airport during the term of this Agreement. Montrose County reserves the right to pursue the planning, financing and construction of new car rental facilities of any nature as Montrose County may determine to accommodate Montrose County’s business needs, and Montrose County may take any action that it deems desirable in connection therewith. Without limitation, Montrose County may at any time require Concessionaire to commence collection of a Customer Facility Charge in a manner and amount to be determined by Montrose County, whether before or after commencing construction. Montrose County also reserves the right to terminate this Agreement prior to the term hereof in order to commence construction, and in such a case, Montrose County shall issue a new solicitation to all car rental Concessionaires.

Concession Agreement

1. A copy of the Concession Agreement (hereinafter referred to as “Agreement”) is included with this package as Appendix X. The successful Bidders will be required to execute the Agreement in substantially the same form as it is currently written with the exception that elements of the Bidder’s bid as finally approved by the CountyBoard and the City Council will be included in the final executed contract.

2. All sections of the Specifications and all supplementary documents are essential parts of the Agreement and requirements occurring in one are as though occurring in all. These Specifications and documents in their entirety are included in, and made a part of, the Agreement.

Fees

The successful bidders shall pay the following space and facilities charges:

The undersigned must fill in below, in the blank spaces provided, the minimum concession rentals it hereby guarantees it will pay to the County, during each period of the three (3) year concession term. In order for the undersigned’s bid proposal to not be deemed irregular by the County, and subject to rejection by the County on account of said irregularity, the guaranteed minimum concession rental set forth by the undersigned, below, must equal or exceed $32,000 (i.e. October 1, 2004 – September 30, 2005); and at least $35,000 for each of the next two years of the concession term. Finally, the total guaranteed minimum full term concession rental set forth by the undersigned, below, must equal or exceed $102,000.00 or the undersigned’s bid proposal shall be deemed irregular, and subject to rejection by the County on account of said irregularity.

No adjustments or credits will be refunded at the end of each month. The minimum guarantee is a monthly obligation, and compensation will not be annualized at the end of each year to result in a credit for any month.

Abatement of Minimum Annual Guarantee - If the number of commercial passengers deplaning at the Montrose Regional Airport is less than seventy percent (70%) of the number of deplaning commercial passengers for the same period in the preceding year the Minimum Annual Guarantee shall abate. For purposes of this subparagraph the term of the contract commences October 1, 2004 and ends September 30, 2007.

GUARANTEED MINIMUM CONCESSION RENTALS

First Period (October 1, 2004 – September 30, 2005) $

Second Period (October 1, 2005 – September 30, 2006) $

Third Period (October 1, 2006 – September 30, 2007) $

Guaranteed Minimum Full Term Concession Rental $

1. Additional Rent. The Concessionaire shall pay the County a concession privilege fee equal to ten percent (10%) of Concessionaire’s gross receipts, or the minimum annual guarantee, as described in the Concession Agreement, whichever is the greater.

2. Base Rent. Bidders are required to bid a minimum annual guarantee for the Concession Privilege Fee for each year of the three years of the concession agreement.(MAG) rent for the first year of operation After the first year of operation, the minimum annual guaranteed rent will be the greater of 85% of the previous year's actual rent payments or the first full year minimum annual guaranteed rent, whichever is higher. The minimum acceptable guarantee for any year during the agreement is THIRTY TWO THOUSAND DOLLARS ($32,000) for the first period of the concession and at least THIRTY FIVE THOUSAND ($35,000) for each of the next two (2) years of the concession. The total guaranteed minimum full term concession rental must equal or exceed ONE HUNDRED TWO THOUSAND ($102,000.00).

3. Space Rental.

A. Space rent for the use of the counter and associated office space (200 sq. ft.) in the terminal building, will be $15.27 per square foot per annum for the term of the concession agreement. All payments to be made in advance and without demand on the first day of each month of this concession agreement.

4. Ready-Return Lot.

Space rent for the use of the ready return lot as depicted in Appendix VI will be $12.00 per space per month. Included with this fee is the use of the gravel storage lot for no additional charge. Concessionaires are responsible for signage, painting, snow removal between vehicles, and towing of any vehicles that do not belong in their assigned area. The County will remove snow in the driving lanes. This area is secondary priority and will be completed after the streets and sidewalks in front of the Airport Terminal are completed. All payments to be made in advance and without demand on the first day of each month of this concession agreement.

5. Overflow Gravel Lot.

The gravel lot as depicted on Appendix VII has been divided into four (4) equal sections. It is the responsibility of the Concessionaire to assure the spaces are utilized properly including signage, painting if applicable, towing of any unauthorized vehicles and all snow removal. The County will not provide any snow removal in the gravel lot. All vehicles in the overflow parking lot must remain operational at all times.

in accordance with the City’s schedule of rates and charges. (Currently $12.00 per space per month), or as may be adjusted by the City Council.

Disadvantaged Business Enterprise Program

It is the policy of the County that Disadvantaged Business Enterprises (DBE's) shall have the maximum opportunity to share in the benefits from airport concession leasing opportunities. Furthermore, in accordance with Federal Regulations under 49 C.F.R. Part 23, it is the County’s obligation to ensure that DBE firms have the opportunity to compete for leases without discrimination on the basis of race, color, national origin, or sex.

DBE Participation Goals

In accordance with Regulations of the U.S. Department of Transportation, 49 C.F.R. Part 23, Subpart F, the CountyCity has implemented a Disadvantaged Business Enterprise (DBE) Plan. Disadvantage Business Enterprise shall have the same meaning as defined in 49 CFR Part 26.

Credit toward DBE participation will not be counted unless the DBE is certified by a County recognized public agency that utilizes a DBE certification process. Examples of such are: Colorado Department of Transportation, or the Federal Government. A DBE goal has not been set for the car rental concession agreement, however DBE participation is encouraged.

Award Criteria

To be considered responsive and responsible, the Bidder must meet all requirements set forth in this Invitation to Bid document. To be awarded an Agreement with the County to Operate a Car Rental business at the Montrose Abilene Regional Airport, a bidder must be responsive, must be willing to execute the agreement in the same form as it is presented in this document, and must be one of at least four bidders offering the highest minimum annual guaranteed rents.

The facilities will be allocated to qualified bidders based on the total of the minimum annual guarantees bid over the three (3) year contract. In the event of equal bids, DBE participation will determine ranking. Should DBE participation be equal, ranking will be designated by the County City using a public random selection process.

The concession spaces will be awarded to the qualified bidders making the best bids as determined by the County, but the County reserves the right to reject any or all bids. The County may employ such analysis techniques and professional consultants as it deems necessary to make such judgments. In addition, the County reserves the right to thoroughly investigate the financial status, experience and record of the bidder. The County may request the submission of additional information to assist in the evaluations of a bid and the bidder is expected to cooperate fully with such a request.

Bid Security (or Deposit)

6. Bid Security or Deposit. A cashier’s check, certified check, or acceptable Bid Bond, payable to Montrose Countythe City of Abilene, Texas, in the amount of TWO THOUSAND DOLLARS ($2,000.00), must accompany each bid to guarantee that, if awarded the contract, the Bidder, will, within fourteen (14) days after receiving a Notice of Award, enter into a contract, provide an acceptable Certificate of Insurance, and execute bonds on the forms provided in the Contract Documents. No bid will be considered unless accompanied by such certified or cashiers check or bid bond in a form acceptable to the County.

Guarantees may be held by the CountyCity for a period of up to ninety (approximately 90) days, during which the County City will review all bids. Such guarantees will be returned to all bidders as soon as possible if all bids for the same Concession are rejected, or as soon as possible after the successful bidders for the same Concession have been selected and approved by the County. City Council for the City

If the successful bidder fails or refuses to perform as described above, they may be subject to forfeiture of their Bid Bond or certified or cashiers check for non-performance and the County may award the Concession Agreement to the next best responsive and responsible bidder as determined by the County. Should the successful bidder fail or refuse to enter into the Concession Agreement after award to such bidder of the Agreement, the certified or cashiers check so submitted and the proceeds thereof shall become the property of the County, not as a penalty, but as liquidated damages. Such payment shall not preclude recovery by the County of any amount over and above said sum to which the County sustains damage by reason of such failure or refusal.

Insurance

A Certificate of Insurance listing the following coverage’s must be provided upon signing of the concession agreement:

Comprehensive General $1,000,000 combined single limit

(Public) Liability for bodily injury and property damage

(other than automobile)

Automobile Bodily Injury $1,000,000 per individual

Automobile Property $1,000,000 per occurrence

Damage Liability

Workers Comprehensive As required by the State of Colorado

Liability

If the policy is a Garage Liability policy, a copy of the section indicating coverage for general liability needs to be included with the bid.

Without limiting its liability, Concessionaire agrees to carry and keep in force policy naming Montrose County, Montrose Regional Airport as additional insured on the certificate. Proof of Workers Compensation must also be provided.

Additional Information

1. Prospective bidders must submit a written request for any interpretation of the bid specifications. No interpretation of the meaning of the bid documents, contract documents or any other related documents will be made orally to any bidder. The County will not be responsible for any oral instructions given with regard to the completion and submission of any bid.

2. A bidder may withdraw its bid prior to the time set for receipt of bids, provided its request is in writing and is received by Sandy Nelson, County Administrator, 161 S. Townsend Avenue, Montrose, CO 81401, before the date and time set for the opening of bids. After this date and time, no bidder may withdraw its bid except with the consent of the County.

3. Corrections to errors made by the bidder in the bid will not be accepted after submission of the bid.

4. Bidders shall satisfy themselves by personal investigation, and by any such other means as may be necessary as to the conditions affecting the proposed rental car concession and agreement. Any statistical data or traffic projections contained herein are for informational purposes only. The County will not be held responsible for inaccuracies. It is anticipated that each bidder will develop their own projections relating to this bid. No information derived from any maps, drawings, specifications, or from the Director of Aviation, Montrose County staff shall relieve the bidder from any risk, or from fulfilling all terms and responsibilities of the rental car concession agreement.

5. The County reserves the right to reject any or all bids.

6. The County reserves the right to waive any irregularities.

7. The County reserves the right to investigate thoroughly the financial status, experience and record of each bidder.

Confidentiality

All documents submitted in connection with the bid become the property of the County upon opening. All documents received in connection with this bid will remain confidential, and will not be released or distributed in any form until such time that an Award of Agreement is made by the County. At that time, all documents, will be subject to examination and release in accordance with Colorado Public Record laws.

O. DUAL BRANDING

Dual Branding shall be permitted under this Request for Proposals at the Montrose Regional Airport for proposers who wholly own (100% ownership interest) two rental car brands. Any proposer wishing to dual-brand must provide evidence of ownership. Those wishing to dual brand will be required to bid for and work from a single counter and will utilize a single ready and return area. Dual Branding shall only be permitted for those who bid dual brands under this proposal. Proposers who have not bid dual brands hereunder will not be allowed to operate as such during the term of any agreement awarded pursuant to this process. If a proposer bids dual brands its Minimum Privilege Fee and Gross Receipts/Gross Revenues as identified in the sample agreement shall include the combined figures for both brands.

INSTRUCTIONS TO BIDDERS

Bids submitted in response to this Invitation for Bids must meet all requirements outlined in this section and must be received at the address indicated by the date and time specified in order to be accepted by the County.

Submission of Bid

Written bids will be received until 10:00 a.m. August 5, 2004. Bids must be hand delivered or received, and not merely post-marked, by that time to Montrose County, Attention: Sandy Nelson, 161 S. Townsend Avenue, Montrose, Colorado 81401.

Description of Bid

1. Bidders must submit one original and two copies of each bid. The original must be marked "original" on its front page or cover, and must contain the original signatures and, if bidder is a corporation, the appropriate corporate seal.

2. Each bidder will assume the responsibility for making sure all required documents are complete and submitted with the bid.

3. No bid by telephone or telefax or modifications to a bid by said means will be considered.

BID REQUIREMENTS

Responses to information requested in this section must be complete and submitted in the order requested. Each response must be clearly marked to identify the question to which the response addresses.

Cover letter

Each bidder must submit a cover letter identifying the bidder and the specific concession represented by the enclosed bid. The bid must be identified as follows:

BID FOR AN ON-AIRPORT CAR RENTAL CONCESSION

AT THE MONTROSE REGIONAL AIRPORT

Bid Checklist

Each bidder must submit a completed "Bid Checklist" on the form provided in the "Bid Forms" Section of this document.

Qualifications Questionnaire

Each bid must be accompanied by a completed "Qualifications Questionnaire", including required attachments, concerning both the bidder's experience as well as the bidder's financial status. All information must be complete, accurate and in the form requested. The Qualifications Questionnaire may be found in the "Bid Form B” Section starting on page 22 of this document.

Bid Form

Each bidder must submit a completed and properly executed "Bid Form", including all required attachments. The Bid Form may be found in the "Bid Forms" Section of this document.

BID FORM A - BID CHECKLIST

Please submit the following checklist with the Bid. Bidder has included the following required forms/written documents:

* Bid for On-Airport Car Rental Concession Agreement (sig. page)

Cover Letter

* Bid Checklist

* Bid Form – Bid Form A

* Qualifications Questionnaire – Bid Form B

* Colorado Bid Bond – Bid Form C

* Affidavit of Non-Collusion – Bid Form D

* Acknowledgement of Receipt of Addenda – Bid Form E

* Appendix IX – Preference Ranking for Counter, Return/Ready Lot and

Gravel Lot

Additional Addendums(s) Must be included in Package

Bidders must submit one original and two copies of each bid. The original must be marked "original" on its front page or cover, and must contain the original signatures and, if bidder is a corporation, the appropriate corporate seal.

(*) Form Provided

Bid Check List

Bid Form A

BID FORM b - QUALIFICATIONS QUESTIONNAIRE

All information requested in this Questionnaire MUST be furnished by the Bidder and MUST be submitted with the bid. Statements must be complete, accurate and in the form requested. Omission, inaccuracy or misstatement may be cause for rejection of the bid. Additional sheets may be attached hereto as necessary.

SECTION I -GENERAL INFORMATION

1. Bidder is submitting this Qualifications Questionnaire for the Following Concession:

2. Legal name of applicant exactly as it would appear on the Concession Agreement if selected:

3. Address and phone numbers of applicant for purposes of notice or other communication relative to the bid:

Fax Number: ____________________________________________________________

Contact Person: ____________________________________________________________

A. Applicant intends to operate the proposed business as: (check one)

( ) Sole Proprietor ( ) Partnership

( ) Corporation ( ) Limited Liability Company

( ) Other (explain below)

________________________________________________________________________________________________________________________________________________

Qualifications Questionnaire

Bid Form B

Complete one of the five (5) sections below: either A, B, C, D or E, depending upon the organization of the applicant firm.

A. SOLE PROPRIETORSHIP STATEMENT - If a Sole Proprietorship, please furnish the following:

1. Name in Full:________________________________________________________

2. Mailing Address: ____________________________________________________________

____________________________________________________________

3. Business Address: ____________________________________________________________

____________________________________________________________

B. PARTNERSHIP STATEMENT - If a Partnership, please furnish the following:

1. Date of Organization:__________________________________________

2. Type of Partnership: (check one)

( ) General Partnership ( ) Limited Partnership

3. Has the Statement of Partnership been recorded?

( ) Yes ( ) No

If yes: Date: Book:

Page County:

4. Attach and mark as "Exhibit S-1" a complete copy of the Statement of Partnership and the Partnership Agreement.

5. For each partner, attach and mark as "Exhibit S-2" the following information:

a. Name

b. Business Address

c. Percentage of ownership

d. Indicate if the partner is a general or a limited partner

Qualifications Questionnaire

Bid Form B

C. CORPORATION STATEMENT - If a Corporation, please furnish the following:

1. Date of Incorporation: ________________________________________________

2. State Incorporated: ________________________________________________

3. Is the corporation authorized to do business in Colorado?

( ) Yes ( ) No

4. The corporation is: ( ) Public ( ) Private

5. If publicly held, how and where is the stock traded?

______________________________________________________________

6. List the following:

Authorized Issued Outstanding

a. Number of voting shares: ________ _______ ________

b. Number of nonvoting shares: ________ _______ ________

c. Number of shareholders: ________ _______ ________

Par Book Market

d. Value per share of ________ _______ ________

of common stock

7. For each officer, director, and principal shareholder (any shareholder owning more than ten percent (10%) of any class of stock), attach and mark as "Exhibit C-1" the following information:

a. Name _____________________________________________________

b. Title ______________________________________________________

c. Business Address___________________________________________

d. Number of voting shares______________________________________

e. Number of non-voting shares___________________________________

D.         LIMITED LIABILITY COMPANY - If a Limited Liability Company, please furnish the following:

1.         Date of Organization: 2. State of Organization

Qualifications Questionnaire

Bid Form B

3.         Is the Limited Liability Company authorized to do business in Colorado?

                        (  ) Yes   (  ) No

         4.        Principal place of business

                     ____________________________________________________

 

5.        For each manager or member attach and mark as "Exhibit C-1" the following information:

a.        Name _____________________________________________________

b.       Title ______________________________________________________

c.       Business Address___________________________________________

         d. Ownership share  _________________________________________

 

E. JOINT VENTURE STATEMENT - If a Joint Venture, please furnish the following:

1. Date of Organization: _______________________________

2. Has the Venture done business before?

( ) Yes ( ) No

If yes, attach and mark as "Exhibit JV-1” a description of the nature of the joint venture's prior business.

3. Attach and mark as "Exhibit JV-2" a complete copy of the Joint Venture Agreement.

4. For each joint venture partner, attach and mark as "Exhibit JV-3" the following information:

a. Name

b. Business Address

c. Percentage of ownership

Qualifications Questionnaire

Bid Form B

SECTION II - BACKGROUND DATA

1. Experience Statement

Describe in detail how the bidder meets the minimum qualification criteria established in the Request for Bids. The following information must be included:

a. Number of years the bidder has operated a car rental concession

b. Gross revenues* for the past five years if the company has operated for at least five years, or gross revenues for the amount of time the company has operated if less than five years. If bidder has owned another company within the last five years and is using that experience to meet the minimum qualification criteria, please provide gross revenues for that business.

Description of the bidders operations, including:

1. Number and type of operation

2. Location of five (5) current airport operations, including names, addresses and phone numbers of landlords.

3. Organizational Chart for the firm.

4. Give name, location and date of any of bidders Concession Agreements or leases that have been terminated within the past five years, either voluntarily or involuntarily, prior to the expiration of their term and also list any judgments

terminating, or any pending lawsuits for the termination of, any concession(s) or operating agreement(s) operated by bidder within the past five years.

2. Surety Information

Has the applicant firm or principals of the firm ever had a bond or surety canceled or forfeited?

( ) Yes ( ) No

If yes, attach and mark as "Exhibit A", a statement naming the bonding company, date, amount of bond, and reason for such cancellation or forfeiture.

Qualifications Questionnaire

Bid Form B

3. Unfair Business Practices and/or Bankruptcy

a. Attach as "Exhibit B" a description of all charges of unfair or deceptive or anti-competitive business practices, or of fraud, criminal conduct or civil or criminal antitrust violation, brought against bidders, any partner or principal owner of bidder, any relevant affiliated bidder, or any director of or officer employed by bidder. If none, attach a statement declaring that there have been no such charges.

b. Attach as "Exhibit C" a description of any contracts that have been terminated in whole or in part prior to their normal expiration. If none, attach a statement declaring that no contracts have been cancelled prior to their normal expiration.

c. Attach as "Exhibit D" a description of any judgment or filing of bankruptcy or any other insolvency statute or any appointment of a receiver, trustee or liquidator of all or substantially all of bidder's assets or any other partner or principal owner of bidder. If none, attach a statement declaring so.

4. Planned Operations

Please provide information regarding plans for the car rental concession at Montrose Regional Airport, if successful:

a. State the number of cars that will be available for use at Montrose Regional Airport during various periods of the year.

b. State the number of rental cars owned by your company and currently registered in the County of Montrose.

c. Describe your nationwide reservation system.

d. Describe any participation in national/local advertising programs.

e. State the names of your credit card affiliations.

Qualifications Questionnaire

Bid Form B

SECTION III - REFERENCES

List four (4) persons or firms with whom bidder has conducted financial transactions related to your business operations during the past three years. At least two (2) of the references named are to have knowledge of bidder’s debt payment history and at least one (1) should be an entity with whom the bidder has a lease for an existing operation if any such reference exists.

Reference #1

Name: ____________________________________________________________

Title: ____________________________________________________________

Firm: ____________________________________________________________

Address: ____________________________________________________________

Telephone: ____________________________________________________________

Nature and magnitude of purchase, sale, loan, business association, etc.:

____________________________________________________________________________________

Reference #2

Name: ____________________________________________________________

Title: ____________________________________________________________

Firm: ____________________________________________________________

Address: ____________________________________________________________

Telephone: ____________________________________________________________

Nature and magnitude of purchase, sale, loan, business association, etc:

______________________________________________________________________________________________________________________________________________

Qualifications Questionnaire

Bid Form B

Reference #3

Name: ____________________________________________________________

Title: ____________________________________________________________

Firm: ____________________________________________________________

Address: ____________________________________________________________

Telephone: ____________________________________________________________

Nature and magnitude of purchase, sale, loan, business association, etc.:

____________________________________________________________________________________

Reference #4

Name: ____________________________________________________________

Title: ____________________________________________________________

Firm: ____________________________________________________________

Address: ____________________________________________________________

Telephone: ____________________________________________________________

Nature and magnitude of purchase, sale, loan, business association, etc.:

____________________________________________________________________________________

Qualifications Questionnaire

Bid Form B

The foregoing information has been submitted to the Montrose County Board of County

Commissioners for the purpose of proposing an On-Airport Car Rental Concession Agreement at the Montrose Regional Airport. The undersigned hereby attests to the truth and accuracy of all statements, answers and representations made in this Questionnaire, including all supplementary statements attached hereto. The undersigned hereby authorizes Montrose County or the Montrose

Regional Airport or its agents, to contact any appropriate third parties to verify the accuracy of the

information provided herein. The undersigned affirms that he/she is a duly authorized

representative of the proposing entity.

Date: ____________________ ______________________________

(Name of Proponent)

By: ______________________________

(Principal/Owner)

Qualifications Questionnaire

Bid Form B

Bid Form C - Colorado Bid Bond

KNOW ALL MEN BY THESE PRESENTS:

That the “Bidder”, ____________, a Limited Liability Corporation Corporation , individual ___, Partnership , of the State of , qualified to do business in this State, as Principal, and the “Surety”, corporation of the State of , authorized to do business as a surety in this State, as Surety, are hereby held and firmly bound unto the County of Montrose, as Obligees, in the sum of TWO THOUSAND DOLLARS ($2,000), lawful money of the United States of America, for the payment of which Bidder and the Surety hereby bind ourselves, our respective heirs, successors, legal representatives and assigns, jointly, and severally, firmly by these presents.

WHEREAS, Bidder has submitted to the County, its Proposal to which this Bond is attached, to enter into the Contract with the County for the ____________________________________________, covered by the Contract Documents prepared for the County, which Contract Documents are incorporated herein by this reference:

NOW, THEREFORE: THE CONDITION OF THIS OBLIGATION IS THAT, Bidder and Surety are jointly and severally bound by all of the provisions of this ONE, and if Bidder faithfully performs and fulfills all the understandings, covenants, terms, conditions and requirements of the Bid Documents (including ADDENDA issued before the date of the opening of the Proposal) within the time specified or any extension thereof, with or without Notice to the Surety, or if Bidder fails to comply with all requirements of the Bid Documents within the time specified or any extension thereof, with or without Notice to the Surety, but pays the County the full amount of the sum set forth in this Bid Bond as liquidated damages, then this obligation shall be null and void, otherwise to remain in full force and effect.

A. If the County makes demand on the Surety to perform in accordance with the Surety’s obligations under this Bond, then the full amount of the Bid Bond shall be immediately due and payable to the County, and the Surety shall pay that sum without delay. Additionally, the Surety shall reimburse the County for all costs of collection (including but not limited to attorney’s fees).

B. The Surety, for value received, stipulates and agrees that the obligations of the Surety and this Bid Bond shall be in no way impaired or affected by any extension of the time within which the County may accept the Proposal, and the Surety does, by this Bid Bond, waive Notice of any such extension.

C. The term this “State” means the State of Colorado. Other defined terms (i.e., capitalized terms) used in this Bid Bond have the intent and meanings assigned to them in the General Conditions of the Contract Documents, Definitions.

Bid Form C

IMPORTANT: Sureties executing this Bid Bond shall be currently authorized to do business in this State as surety and, except as otherwise provided by the Colorado Statutes, be on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies. Bonds can not be in excess of the amount indicated as approved by that list.

___________________________________________________________

(Name of Surety)

___________________________________________________________

(Address)

___________________________________________________________

(Telephone Number)

___________________________________________________________

(Name of Duly Authorized Colorado Agent)

___________________________________________________________

(Address)

___________________________________________________________

(Telephone Number)

Signed and sealed this _______ day of _________________, 2004.

Bid Form C

BID FORM D - SPECIAL PROVISION NON-COLLUSION AFFIDAVIT

Each Bidder submitting a Bid on this project shall complete the Non-Collusion Affidavit and submit it with the Bid.

STATE OF COLORADO

COUNTY OF ________________________

I, ____________________________________ representing_______________________

upon oath depose and state that neither (I/we) nor anyone in (my/our) employment has employed any person to solicit or procure this contract nor will (I/we) nor they make any payment or agreement for payment of any compensation in connection with the procurement of this contract.

I further depose and state that no part of the contract price received by the affiant was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the affiant whose services in connection with the construction of the public building or project were in the regular course of their duties for the affiant.

I further depose and state that such proposal or bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought, by agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or of any other bidder, and that all statements in said proposal or bid are true.

____________________________________________

*Signature

* (Bidder if the bidder is an individual; all partners if the bidder is a partnership; officer if the bidder is a corporation.)

STATE OF COLORADO

COUNTY OF ________________

Sworn to and subscribed before me this ________day of _________________, 2004, by

________________________________________

________________________________________

Notary Public Commission Expires: ____________________________

Personally Known ________or Produced Identification ___________________________

Bid Form D

Bid Form E - ADDENDA

Bidder hereby acknowledges that it has received the Addenda noted below and agrees that all Addenda issued are hereby made part of the Contract Documents. Bidder further agrees that its Proposal is submitted after consideration of all Addenda.

(Bidder shall insert below the number and date of each Addenda received)

_____________________________

Bidder’s Signature

___________________________________

Date

Bid Form E

APPENDICES

aPPENDIX I – AIRLINE SCHEDULEs

|Schedules are subject to change. | | | | | | | |

|WINTER/SKI SEASON |

|AIRLINE SCHEDULE |

|1/7/04 - 4/4/04 |

| |

|MONDAY THROUGH FRIDAY | | | | | | | |

|AIRLINE |

|Schedules are | | | | |

|subject to | | | | |

|change. | | | | |

| | |Montrose Regional Airport | | |

| | | | | |

|Year | |Year Total |Year Total | |

| | |Enplanements |Deplanements | |

| | | | | |

|1993 | |36,935 |38,220 | |

|1994 | |36,857 |37,747 | |

|1995 | |43,598 |43,389 | |

|1996 | |46,444 |44,870 | |

|1997 | |59,608 |58,523 | |

|1998 | |69,954 |67,955 | |

|1999 | |73,419 |72,667 | |

|2000 | |66,726 |65,460 | |

|2001 | |70,457 |71,864 | |

|2002 | |70,839 |69,207 | |

|2003 | |68,492 |68,329 | |

|2004 |May 31 |39,126 |36,120 | |

| | | | | |

| | | | | |

APPENDIX III – MONTHLY ENPLANEMENT DATA

for years 2000 – may 31, 2004

Source: Montrose County Finance Department

| |

|Enplanements |

| | | |

| | | | | | |

| | |

| | | | |

| | |2002 |2003 |

| | | | |

|Budget/Sears |* | | |

| | | | |

| | | | |

|Dollar | | | |

| | | | |

| | | | |

|National | | | |

| | | | |

| | | | |

|Thrifty |* | | |

| | | | |

|Total all Companies | | | |

|On Airport | |$2,047,386.46 |$2,026,276.93 |

| | | | |

| |

| |

| | | | |

APPENDIX VI – READY/RETURN PARKING LOT

17 SPACES PER COMPANY

AREAS 1-4 (68 Spaces)

N

APPENDIX VII – OVERFLOW GRAVEL PARKING LOT

Areas 5-8

• • Dots = Posts

25’

• 25’ •

• •

Driveway Entrance

N

*Not to scale

Appendix VIII

Rental Car Counters 1-6

[pic] All Rental Car Counters are approximately (10’ x 20’)

APPENDIX IX

Preference Ranking for Counter, Return/Ready Lot and Gravel Lot

Preference for Rental Car Concession Location

Indicate preference for ticket counter and back office location by ranking each location with 1 as the first choice, 2 as the second choice, and so forth until all locations are ranked. Rental Car Counters depicted as Exhibit VIII.

Counter #1

Counter #2

Counter #3

Counter #4

Counter #5

Counter #6

Preference for Ready/Return Parking Lot (17 Spaces)

Indicate preference for areas within the Ready/Return parking Lot by ranking each location with 1 as the first choice, 2 as the second choice, and so forth until all locations are ranked. Areas depicted as Exhibit VI.

Area #1

Area #2

Area #3

Area #4

Preference for Overflow Gravel Parking Lot

Indicate preference for areas within the Overflow Gravel Parking Lot by ranking each location with 1 as the first choice, 2 as the second choice, and so forth until all locations are ranked. Areas depicted as Exhibit VII.

Area #5

Area #6

Area #7

Area #8

APPENDIX X

MONTROSE REGIONAL AIRPORT, ON AIRPORT RENTAL

CAR CONCESSION AGREEMENT

COUNTER NUMBER

THIS CONCESSION AGREEMENT is made effective the day of , 2004, by and between MONTROSE COUNTY (“Lessor”) and, (“Lessee”) and provides as follows:

WHEREAS Lessor is the operator of the Montrose Regional Airport (“Airport”) and has the power to grant rights and privileges with respect thereto; and

WHEREAS Lessee is desirous of leasing said counter and space for purposes of operating and managing a rental car business;

NOW THEREFORE, Lessor and Lessee, in consideration of the mutual covenants and obligations herein expressed, agree as follows:

1. TERM OF LEASE

The term of this Lease shall commence at 12:00 a.m. on October 1, 2004 and expiring at 12:00 midnight on September 30, 2007 subject however to the earlier termination of this Lease as may be provided for herein.

2. PREMISES

The real property subject to this Lease (“Premises”) is described on Exhibit A which is attached hereto and incorporated herein by reference.

3. CUSTOMER FACILITY CHARGE/RIGHT TO CONSTRUCT NEW FACILITIES

Montrose County may plan or implement a development program at the Airport during the term of this Agreement. Montrose County reserves the right to pursue the planning, financing and construction of new car rental facilities of any nature as Montrose County may determine to accommodate Montrose County’s business needs, and Montrose County may take any action that it deems desirable in connection therewith. Without limitation, Montrose County may at any time require concessionaire to commence collection of a Customer Facility Charge in a manner and amount to be determined by Montrose County, whether before or after commencing construction. Montrose County also reserves the right to terminate this Agreement prior to the term hereof in order to commence construction, and in such a case, Montrose County shall issue a new solicitation to all car rental concessionaires.

4. RENT

During the term hereof, Concessionaire shall pay the following space and facilities charges:

A. Space Rental.

Space rent for the use of the counter and associated office space (200 sq. ft.) in the terminal building, will be $15.27 per square foot per annum for the term of the concession agreement. All payments to be made in advance and without demand, on the first day of each month of this concession agreement.

B. Ready-Return Lot.

Space rent for the use of the ready return lot as depicted in Appendix VI will be $12.00 per space per month. Included with this fee is the use of the gravel storage lot at no additional charge. Concessionaires are responsible for signage, painting, snow removal between vehicles, and towing of any vehicles that do not belong in their assigned area. The County will remove snow in the driving lanes. All payments to be made in advance and without demand, on the first day of each month of this concession agreement.

C. Overflow Gravel Lot.

The gravel lot as depicted on Appendix VII has been divided into four (4) equal sections to be utilized by rental car concessionaires and their employees. All vehicles in the overflow parking lot must remain operational at all times. It is the responsibility of the Concessionaire to assure the spaces are utilized properly including signage, painting if applicable, towing of any unauthorized vehicles and all snow removal. The County will not provide any snow removal in this lot.

D. Concessionaire shall pay the Airport, as rent for operating its rental car concession from the Airport, the guaranteed minimum concession rental set forth on Concessionaire’s Bid Proposal, a copy of which is attached hereto as Exhibit B, for each of the concession terms set forth on the bid proposal, or ten (10%) of Concessionaire’s gross revenue for each such period of the concession, whichever amount is greater.

E. Annual Minimum - Concessionaires are required to bid a minimum annual guarantee for the Concession Privilege Fee for each year of the three years of the concession agreement.(MAG) rent for the first year of operation After the first year of operation, the minimum annual guaranteed rent will be the greater of 85% of the previous year's actual rent payments or the first full year minimum annual guaranteed rent, whichever is higher. The minimum acceptable guarantee for the first year of the agreement is THIRTY TWO THOUSAND DOLLARS ($32,000) and at least THIRTY FIVE THOUSAND ($35,000) for each of the next two (2) years of the concession agreement. The total guaranteed minimum full term concession rental must equal or exceed ONE HUNDRED TWO THOUSAND ($102,000.00).

If the number of commercial passengers deplaning at the Montrose Regional Airport is less than seventy percent (70%) of the number of deplaning commercial passengers for the same period in the preceding year the Minimum Annual Guarantee shall abate. For purposes of this subparagraph the term of the contract commences October 1, 2004 and ends September 30, 2007.

F. Concessionaire shall pay its guaranteed minimum concession rental for each period set forth in its bid proposal in equal monthly installments pro-rated over each such period, with equal monthly installments due, in advance, on or before the 20th day of each month.

G. By the 20th of every month Concessionaire shall pay the Airport the difference between its guaranteed minimum concession rental set forth on its bid proposal for the concession period then ending, and ten percent (10%) of its gross revenues for said concession period, if said percentage rental is greater than the guaranteed minimum concession rental for said period. Simultaneously with its payment of percentage rental, Concessionaire shall furnish the Airport with a statement of the amount of gross revenue it enjoyed for the period then ending based upon items listed under section 5 below.

No adjustments or credits will be refunded at the end of each month. The minimum guarantee is a monthly obligation, and compensation will not be annualized at the end of each year to result in a credit for any month.

H. Gross Revenue/Gross Receipts. As used herein, the term "Gross Revenue” or “Gross Receipts” shall mean the total amount actually charged to the customer by Rental Car Concessionaire for or in connection with the use of a vehicle contracted for, delivered, or rented to the customer at the Terminal Building, regardless of where or by whom the payment is made or where the vehicle is returned, including:

1. Any sums received from the customer for acceptance of personal accident or personal effects insurance (or any other insurance now or hereafter offered on Concessionaire’s rental car agreement),

2. Any amounts billed to and paid by customers for waiver by Concessionaire of its rights to recover from customers for damage to the vehicle rented,

3. Any charges for automobiles originally rented from facilities at the terminal building exchanged at any point, and

4. Any charges for optional equipment such as cellular telephones, luggage or ski racks, infant seats, fuel, additional drivers, etc.

a. The term "Gross Receipts" shall not include:

1. The amounts of any federal, state, or municipal sales taxes, now or hereafter levied or imposed, separately stated on the rental agreement and collected from customers of Concessionaire,

2. Any sums received by Concessionaire from customers for damage to automobiles or Concessionaire property, or for loss, conversion, or abandonment of such automobiles,

3. Any sums received by reason of Concessionaire disposal of capital assets and/or trade fixtures.

5. ABATEMENT OF MIMIMUM ANNUAL GUARANTEE (MAG)

If the number of commercial passengers deplaning at the Montrose Regional Airport is less than seventy percent (70%) of the number of deplaning commercial passengers for the same period in the preceding year the Minimum Annual Guarantee shall abate. For purposes of this subparagraph the term of the contract commences October 1, 2004 and ends September 30, 2007.

6. BOOKS AND RECORDS

A. Lessee shall maintain a true and accurate set of books and records which, show all sales made and services performed for cash, credit or otherwise. The Lessee agrees they will by the 20th day of each month or sooner submit a statement showing the Lessee’s gross revenues or gross receipts for the preceding month along with such payment. Said statement to be in form approved or required by the Airport Manager and County Finance Director and signed and certified to be complete and accurate by an employee of Lessee authorized to make such a certification.

B. All books and records of Lessor must be made available to Lessor in Montrose County.

C. For the purpose of determining the accuracy of reported gross revenue, Lessor may audit all or any part of Lessee’s books for the preceding three years. The cost of the audit shall be borne by the Lessor unless the audit reflects a discrepancy of more than five percent (5%) in the reported annual gross receipts. In such event Lessee shall be responsible for the total cost of the audit and the payment to Lessor of any unpaid lease payments in accordance with Section 4 above.

D. Lessor may audit all or any part of Lessee’s books for the preceding three years; provided, however, the audit shall under no circumstance pertain to Lessee’s books for any period predating the effective date of this Concession Agreement.

E. Concessionaires who have been granted the right to dual brand shall make gross receipts/Gross revenue information available to County for each brand.

F. If a Concessionaire has been granted the right to operate as a dual brand, its minimum guarantee fee and gross receipts/gross revenue shall include the combined minimum guarantee and gross receipts/gross revenue for its brands.

7. HOURS OF OPERATION

Lessee shall operate its business 365 days per year from 8:00 a.m. until 9:30 p.m. or after the last flight of the day. Hours per week may vary as air passenger demand dictates, with an annual average of 40 per week of operation minimum.

8. INDEMNIFICATION

Lessee covenants and agrees to indemnify, defend, save and hold harmless Lessor, its officials, employees, attorneys, and insurers from any and all liabilities, losses, costs, charges, penalties, obligations, expenses, attorneys fees, litigations, judgments, damages, claims and demands of any kind whatsoever (collectively “Claims”) in connection with, arising out of, or by any reason related to Lessee’s business or its actions pursuant to this Lease.

Lessee agrees to defend against any Claims, or at the option of Lessor, Lessee agrees to pay Lessor or reimburse Lessor for the actual costs incurred by Lessor in connection with any such Claims. The obligation of this Section shall not extend to any injury, loss or damage caused by the act, omission, negligence, or other fault of Lessor, its officials, employees, attorneys, or insurers.

9. INSURANCE

Lessee agrees to procure and maintain, at its own cost, a policy or policies of insurance as listed below. The policy shall be provided to Lessor, to be completed by the Lessee’s insurance agent, as evidence that policies providing the required coverage’s, conditions, and minimum limits are in full force and effect. The certificate shall be reviewed and approved by Lessor prior to the occupation of the Premises. The certificate shall identify this Lease and shall provide that the coverage’s afforded under the policies shall not be cancelled, terminated or materially changed without 30 (thirty) day prior written notice to Lessor.

A Certificate of Insurance covering the following items naming Montrose County as additional insured must be provided upon signing of the concession agreement:

Comprehensive General $1,000,000 combined single limit

(Public) Liability for bodily injury and property damage

(other than automobile)

Automobile Bodily Injury $1,000,000 per individual

Automobile Property $1,000,000 per occurrence

Damage Liability

Workers Comprehensive As required by the State of Colorado

Liability (proof of coverage must be provided)

If the policy is a Garage Liability policy, a copy of section indicating coverage for general liability needs to be included with the Concession Agreement.

Such insurance shall be in addition to any other insurance requirements imposed by this Lease or by law, Lessee shall not be relieved of any liability, claims, demands, or other obligations assumed pursuant to paragraph 8 above by reason of its failure to procure or maintain insurance, or by reason of its failure to procure or maintain insurance in sufficient amount, duration or type.

The Comprehensive General (Public) liability policy shall include coverage for bodily injury, broad form property damage, personal injury (including coverage for contractual and employee acts), independent contractors and premises operations. The policy shall also contain a severability of interest provision, and be endorsed to include Lessor as an additional insured.

With respect to an act, omission, negligence, or other fault of Lessee, every policy required above shall be primary insurance and insurance carried by the Airport, Lessor or its officials and employees, shall be excess and not contributory insurance to that provided by Lessee. No additional insured endorsement to any policy shall contain any exclusion for bodily injury or property damage arising from completed operations. Lessee shall be solely responsible for any deductible losses under any policy.

Lessee shall procure and maintain the minimum insurance coverage’s listed above. Lessee shall require any subcontractor of Lessee to procure and maintain the general liability coverage’s described herein. With specific regard to Worker’s Compensation coverage, subcontractors of Lessee must comply with the statutory requirements of the State of Colorado. All insurance coverage shall be continuously maintained to cover all liability, claims, demands, and other obligations assumed by Lessee pursuant to this Lease and proof of such insurance must be provided to the Airport.

Failure on the part of Lessee to procure or maintain policies providing the required coverage’s, conditions, and minimum limits shall constitute a material breach of this Lease. At its discretion, Lessor may procure or renew any such policy or any extended reporting period thereto and may pay any and all premiums in connection therewith, and all monies so paid by Lessor shall be repaid by Lessee to Lessor upon demand. Lessor reserves the right to request and receive a certified copy of any policy and any endorsement thereto.

The parties hereto understand and agree that Lessor is relying on, and does not waive or intend to waive by any provision of this contract, the monetary limitations (presently $150,000 per person and $600,000 per occurrence) or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act, C.R.S. 24-10-101, et. seq., as from time to time amended, or otherwise available to Lessor, its officials, or its employees. The insurance amounts required herein shall not limit the liability of Lessee under this Lease.

1. PERSONNEL

Lessee shall have the discretion, subject to the provisions of this Lease, to employ and terminate personnel assisting Lessee under this Lease, provided that Lessee shall always maintain an adequate number of employees to fulfill the obligations herein. Personnel must demonstrate professional and courteous conduct at all times while on the Airport.

Lessee agrees to pay all wages, all applicable Federal and State Withholding taxes, Social Security payments (FICA) Unemployment and Worker’s Compensation for all of its employees. Any breach of these provisions shall be deemed a material breach of this Lease. Notwithstanding anything herein to the contrary, Lessee, its employees, and its subcontractors shall be independent contractors of Lessor and not employees of Lessor.

11. ALTERATIONS TO IMPROVEMENTS

Lessor shall provide the counter, including finish work associated with said counter, for the Premises. The counter shall resemble existing ground transportation counters at the Airport. Lessee shall be responsible for all other necessary alteration to the Premises, including but not limited to, floor coverings, base and finish, painting, fixtures and equipment, décor and signage. Lessee agrees to make no permanent alterations in the Premises without the prior written consent of Lessor. All such improvements shall become the property of Lessor upon termination of this Lease in accordance with paragraph 13 below.

12. DUTIES OF LESSOR

Lessor agrees to, in addition to other duties as specifically set forth herein, and perform the following:

A. Operate and maintain the Airport in a prudent manner and in accordance with the rules, regulations and orders of any Federal or State agency having jurisdiction with respect thereto.

B. Provide utilities in the form of electricity, gas and water necessary and sufficient for Lessee to perform its obligations under hereunder.

C. Provide seventeen (17) parking spaces in the paved rental car parking lot on the north side of the Airport Terminal. The spaces chosen are in Area # . Lessor provides maintenance of the paved parking area, and snow removal in the driving lanes. This area is secondary priority and will be completed after the streets and sidewalks in front of the Airport Terminal are completed.

D. Provide one-forth (1/4th ) of the overflow gravel parking lot to accommodate rental cars, which parking spaces shall consist of a gravel surface, and which parking spaces Lessee shall maintain at its sole expense. The spaces chosen are in Area # .

E. Provide separate employee parking if needed and provide maintenance and snow removal in the driving lanes upon said parking area. If Lessee’s employees opt to park in the Airport provided employee lot an Airport parking permit must be purchased by Lessee or their employee at the current County approved rates and charges.

F. Provide all janitorial and maintenance service to the terminal public area.

13. DUTIES OF THE LESSEE: Lessee agrees to, in addition to other duties as specifically set forth herein, perform the following:

A. Acquire necessary permits and licenses associated with the lawful operation of its business upon the Premises.

B. Comply with all Airport Minimum Standards and Regulations, all City and County regulations and ordinances, all State and Federal regulations and laws, and all applicable sales and use tax requirements, effective at the time of this Lease and throughout the Primary and Renewal Terms hereunder.

C. Maintain and provide, as requested by Lessor, accurate records of its gross sales together with all tax returns of Lessee relative to Lessee’s gross sales. All car rental fees shall be attributed to the Premises, unless written documentation sufficient to demonstrate otherwise is provided. Lessee’s records shall be open to review by Lessor or Lessor’s authorized agent for three (3) years after the end of the termination or expiration of this Lease for purposes of determining accuracy of the financial information. Lessor or its authorized agent shall have the right to inspect, examine and audit Lessee’s records, books and accounts, including the right to retain an independent certified public accountant of Lessor’s choosing and at Lessor’s expense to do so. If such audit reveals a deficiency in payment to Lessor greater than 5% (five percent), Lessee shall, in addition to payment of the deficiency, be liable for all costs associated with the audit.

D. In the Ready/Return Paved Lot, Concessionaires are responsible for signage, markings, painting, snow removal between vehicles, and towing of any vehicles that do not belong in their assigned area. The County will provide snow removal in the driving lanes. This area is secondary priority and will be completed after the streets and sidewalks in front of the Airport Terminal are completed.

E. In the overflow gravel lot, it is the responsibility of the Concessionaire to assure the spaces are utilized properly including signage, markings, towing of any unauthorized vehicles and all snow removal. All vehicles in the overflow gravel lot must remain operational at all times.

14. TERMINATION/NOTICE: Either party may terminate this Lease for cause for the uncured violation of any of the obligations herein. Notice of any violation must be written and hand delivered or delivered by certified mail. Failure to terminate shall not be construed as any waiver of right to terminate or waiver of any other legal remedies available. Termination of this Lease shall require a sixty- (60) day prior written notice in all circumstances.

All other notices as required by this Lease must be made in writing within sixty (60) days in advance to the other party hereof, unless otherwise specified.

If this Lease is terminated, Lessee must leave the facility in good condition with the exception of reasonable wear and tear, and Lessee shall have the right, upon termination or expiration to remove all trade fixtures and equipment and other personal property installed or placed by Lessee at its expense, in, on, or about the Terminal Building, the Ready/Return Lot or gravel parking lot, subject, however that Lessee shall not abandon any of its property on the premises without the written consent of Lessor.

15. SURRENDER AND HOLDING OVER

Lessee covenants and warrants that at the expiration, termination or cancellation of the Lease, Lessee will quit and surrender said Premises in a good state and condition, reasonable wear and tear excepted.

Lessee covenants and warrants that all improvements, other than the personal property of the Lessee, installed, erected, attached, or placed by Lessee in, on or about said Premises under the terms of this Lease shall remain on said Premises as the property of Lessor. Lessor shall have the right on such expiration, termination or cancellation to enter upon and take possession of said Premises, with or without process of law, without liability for trespass.

Should Lessee hold over or continue to occupy the Premises after the expiration, termination or cancellation of this Lease, such holding over shall be deemed a tenancy at-will upon the same conditions as provided in this Lease with the exception of the rental payments. Monthly minimum rent payments shall be due by the 20th day of the month for the preceding month.

If Lessee remains in possession of the leased premises after the expiration of the Agreement with the permission of County and without any written renewal thereof, such holding over shall not be deemed as a renewal or extension of this Agreement, but shall create only a tenancy from month to month that may be terminated at any time by Lessee or County upon (30) days written notice to the other party. Such holding over shall otherwise be upon the same terms and conditions as set forth in this agreement.

16. ASSIGNABILITY

This Lease is assignable by Lessee only upon the prior written consent of Lessor. This Lease is assignable by Lessor.

17. RIGHT OF INSPECTION

Lessor reserves and retains for its officials, employees and representatives the right to enter the Premises during reasonable business hours after giving prior verbal notice, if reasonably feasible, and at such other times as may be necessary in the event of an emergency with or without notice for the purpose of inspecting and protecting the Premises.

18. MISCELLANEOUS

The bid specifications for the airport car rental concessions, as amended by any addenda, are hereby incorporated by reference into this Lease, and this Lease and such bid specifications shall constitute the entire written agreement between Lessor and Lessee and shall supercede any and all preceding agreements, either written or oral between the parties. However, in the event that any of the terms, covenants or provisions of the Lease shall conflict with any of the terms, covenants or provisions of the said bid specifications, then the Lease shall control and shall be the governing document. Any alterations, amendments or supplements hereto, which would change the substance, intent, obligations and duties of either party as stated in this Lease or the said bid specifications, must be in writing and approved by both parties.

19. NOTICES

All notices or other written correspondence desired or required to be sent pursuant to this Lease shall be sent to the respective parties as follows:

If to Lessor: Director of Aviation

Montrose Regional Airport

2100 Airport Road

Montrose, Colorado 81401

If to Lessee:

20. ATTORNEYS FEES

In the event action is required by either party hereto to enforce this Lease, and in taking such action, such party incurs attorneys fees, the unsuccessful party to such enforcement action shall pay the successful party, in addition to all other amounts then due and owing, the successful party’s reasonable attorneys fees.

21. FAVORED NATIONS

County agrees it will not charge a more favorable rental, fee or charge to any other rental car concession executing a similar agreement with County for comparable space, facilities or rights at the Terminal Building than that being paid by Concessionaire hereunder, unless the County also makes those more favorable terms available to Concessionaire. The provisions of this section do not apply to the Minimum Annual Guarantee.

22. PERFORMANCE BOND

Successful proposers shall maintain in effect at all times during the term of the Concession Agreement, a valid corporate performance bond, or such other acceptable surety in Montrose County’s sole discretion in the amount equal to one-half (1/2) of the first year Minimum Annual Guarantee (MAG).

IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed as of the date first above mentioned at Montrose, Colorado.

COUNTY OF MONTROSE, LESSEE: (insert name)

STATE OF COLORADO

By __________________________ By____________________________

David A. Ubell, Chairman,

Board of County Commissioners

ATTEST: County Clerk and Recorder ATTEST:

Deputy Clerk to the Board

By___________________________ By ____________________________

Francine Tipton-Long

Exhibit XI

MONTROSE COUNTY

PERFORMANCE BOND

____________________________________, as Principal, (the "Lessee"), and _______________________________________________, as Surety ("Surety"), with general offices in ____________________________, a corporation organized under the laws of the State of ___________________ and authorized to transact business in the State of Colorado, are hereby bound unto the County of Montrose, Colorado, as obligee, (the "County"), in the penal sum of in United States currency for the payment of which sum the Lessee and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally.

WHEREAS, the Lessee has entered into a written “On Airport Concession Agreement” with the County dated _________________, 2004 ("Agreement"), a copy of which is attached hereto and made a part hereof;

Therefore, the condition of the above obligation is that if the above principal shall perform all the things set forth in that agreement specified to be performed by the principal at the time and in the manner specified in that agreement, and shall reimburse to the County, all loss and damage the County may sustain by reason of failure or default on the part of the principal, then this obligation shall be void; otherwise, to be and remain in full force.

THE UNDERSIGNED SURETY for the value received hereby agrees that no extension of time, change in, addition to, or other modification of the terms of the Agreement or work to be performed thereunder shall in any way affect its obligation on this bond and the Surety does hereby waive notice of any such extension of time, change, addition, or modifications.

EXECUTED on this _______ day of ________________________, 2004.

LESSEE –

________________________________

(S E A L)

BY______________________________

Attest:__________________________

SURETY COMPANY

BY_______________________________

Attorney-In-Fact

-----------------------

* Gross Revenue(s) number(s) are provided by existing and past Airport tenants. ttttttTenantentprovidedfirgues pro

* Gross Revenue(s) number(s) are provided by existing and past Airport tenants.

Tenants

* Gross Revenue(s) numbers(s) are provided by existing and past Airport tenants

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download