HomeMy WebLinkAboutAgenda Report - November 18, 2020 C-11AGENDA ITEM coal
4 CITY OF LODI
a
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Contract Extension No.
3 to Professional Services Agreement with Valley Outdoor Advertising, of Lodi,
for Transit Advertising Services, at No Cost to the City
MEETING DATE: November 18, 2020
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Contract
Extension No. 3 to Professional Services Agreement with Valley
Outdoor Advertising, of Lodi, for transit advertising services, at no
cost to the City.
BACKGROUND INFORMATION: At the March 3, 2015 Shirtsleeve meeting, City staff presented to
City Council the Transit Advertising Implementation Plan. The
intent of the advertising plan is to increase transit revenues for
transit operations and capital projects. Generating revenue by advertising was recommended in the
2013 Short Range Transit Plan accepted by City Council and recommended in the April 2014
Triennial Performance Audit prepared by San Joaquin Council of Government's consultants and
required by the California Transportation Development Act.
On September 16, 2015, Council Authorized a Professional Services Agreement with Valley Outdoor
Advertising, of Lodi, for transit advertising services, at no cost to the City. Two optional, one-year
extensions were also authorized. On April 15, 2019, the City executed Contract Extension No. 1 to
Professional Services Agreement and on September 4, 2019, Contract Extension No. 2.
Over the past five years, the City's revenue from transit advertising services exceeded the guaranteed
minimum of $105,000, over the entire term of the contract. This revenue has been used to offset transit
operating costs over the past five years.
Because of significant delays due to the COVID-19 pandemic, as well as Valley Outdoor Advertising
being the only proposal received when the RFP was issued in 2015, the City recommends extending
the agreement one additional year. Contract Extension No. 3, if approved, would extend the term of
the current agreement through September 30, 2021. At that time, the Transit Division will solicit
proposals for a new Professional Services Agreement.
Staff recommends authorizing City Manager to execute Contract Extension No. 3 to Professional
Services Agreement with Valley Outdoor Advertising, of Lodi, for transit advertising services, at no
cost to the City.
FISCAL IMPACT: The proposed contract provides revenue for transit operations and capital
projects.
APPROVED:
Stephen Schwaba r, ity Manager
\\cvcfilv02\pubwks$\WP\PROJECTS\TRANSIT\Advertising\Lodi RFP10Ext 2020.doe
11/2/2020
Adopt Resolution Authorizing City Manager to Execute Contract Extension No. 3 to Professional Services Agreement with Valley Outdoor Advertising, of Lodi,
for Transit Advertising Services, at No Cost to the City
November 16, 2020
Page 2
FUNDING AVAILABLE: Not applicable.
ctl�m -
Charles E. Swimley, Jr.
Public Works Director
Prepared by Georgia Graham, Transportation Manager
CES/GG/tc
Attachment
cc: Fleet Services Supervisor
Valley Outdoor Advertising
\\cvcfilv02\pubwks$\WP\PROJECTS\TRANSIT\Advertising\Lodi RFP\CExt 2020.doc 11/2/2020
CONTRACT EXTENSION NO. 3
VALLEY OUTDOOR ADVERTISING
PROFESSIONAL SERVICES AGREEMENT
THIS CONTRACT EXTENSION NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is
made and entered this day of , 2020, by and between the CITY OF LODI, a
municipal corporation (hereinafter "CITY'), and VALLEY OUTDOOR ADVERTISING, a sole
proprietorship (hereinafter "CONTRACTOR").
WITNESSETH:
WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
September 29, 2015, Contract Extension No. 1 on April 15, 2019, and Contract Extension No.
2 on September 4, 2019 (collectively the "Agreement'), as set forth in Exhibit 1, attached
hereto and made part of; and
2. WHEREAS, CITY requests to extend the term of the Agreement from October 1, 2020 through
September 30, 2021; and
3. WHEREAS, CONTRACTOR agrees to said amendment.
NOW, THEREFORE, the parties agree to extend the Term of the Agreement to and including
September 30, 2021. All other terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Contract Extension No.
3 on the date and year first above written.
CITY OF LODI, a municipal corporation,
hereinabove called "CITY'
STEPHEN SCHWABAUER
City Manager
Attest:
JENNIFER CUSMIR, City Clerk
Approved as to Form:
JANICE D. MAGDICH, City Attorney
jdm
VALLEY OUTDOOR ADVERTISING, a sole
proprietorship,
hereinabove called "CONTRACTOR"
94 �"- - .
MIKE GEORGUSON
Owner
Exhibit 1
CONTRACT EXTENSION NO, 2
VALLEY OUTDOOR ADVERTISING
PROFESSIONAL SERVICES AGREEMENT
THIS CONTRACTEXTENSION NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is CONTRACT.
EXTENSION
and entered this ' day of 2019, by and between the CITY OF LODI, a
municipal corporation (hereinafter' CI Y"), and VALLEY OUTDOOR ADVERTISING, a sole
proprietorship (hereinafter "CONTRACTOR").
WITNESSETH.
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
September 29, 2015 and Contract Extension No. 1 on April 15, 2019 (collectively the
"Agreement"), as set forth in Exhibit 1, attached hereto and made part of; and
2. WHEREAS, CITY requests to extend the term of the Agreement through September 30, 2020;
and
3. WHEREAS, CONTRACTOR agrees to said amendment.
NOW, THEREFORE, the parties agree to extend the Term of the Agreement to and including
September 30, 2020. All other terms and conditions of the Agreement remain unchanged.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Contract Extension No.
2 on the date and year first above written.
CITY OF LODI, a municipal corporation,
hereinabove called "CITY"
STEP E SCHWAB
City Manager
Attest:
JIIN IFER M. RRAIOLO, City Clerk
Approved as to Form:
JAN ICE , MAGDICH, City Attorney
VALLEY OUTDOOR ADVERTISING, a sole
proprietorship,
hereinabove called "CONTRACTOR"
MIK GEORGUSON
Owner
Exhibit 1
CONTRACT EXTENSION NO. 1
VALLEY OUTDOOR ADVERTISING
PROFESSIONAL SERVICES AGREEMENT
THIS CONTRACT EXTENSION NO. 1 TO PROFS SIGNAL SERVICES AGREEMLIII 1, is
made and entered this 15 h day of i 2171 , by and between the CITY OF L0- Dl a
municipal corporation (hereinafter "CITY"). and VALL -Y OUTDOOR ADVERTISING, a 301E
proprietorship (hereinafter "CONTRACTOR").
WITNESSETH:
WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on
September 29, 2015 (the "Agreement"), as set forth in Exhibit 1, attached hereto and made
part of; and
2, WHEREAS, CITY requests to extend the term of the Agreement through September 30, 2019;
and
3. WHEREAS, CONTRACTOR agrees to said amendment.
NOW, THEREFORE, the parties agree to extend the Term of the Agreement to and including
September 30, 2019. All other terms and conditions of the Agreement remain unchanged,
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Contract Extension No
1 on the date and year first above written.
CITY OF LODI, a municipal corporation,
hereinabove called "CITY"
STEP SN SCNW AUER
City Manager
Attest:
6NE4E®RAIOLO, City Clerk
Approved as to Form:
-�, J ICE D. ;GDICH, City Attorney
VALLEY OUTDOOR ADVERTISING, a sole
proprietorship,
hereinabove called "CONTRACTOR"
MIKE GEORGUSON
Owner
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PAR IIES MPO PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on_.I _., 2015, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and VALLEY
OUTDOOR ADVERTISING (hereinafter "CONTRACTOR").
Section 1.2 Purposr�
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference,
CITY wishes to enter into an agreement with CONTRACTOR for Transit
Advertising Services (hereinafter "Project") as set forth in the Scope of Services attached
here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such
services to CITY,
ARTICLE 2
SCOPE Cil= SERVICES
Section 2.1 Scnj)a of Servlccs
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 7'inie For Contitnencernont anti Oorz'iixletian of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc„ shall not be counted. CONTRACTOR shall
I
remain in contact with reviewing agencies and make all efforts to review and return all
comments,
Section 2.3 Mcetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2,5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on October 1, 2015 and terminates
upon the completion of the Scope of Services or on September 30, 2018, whichever
occurs first.
Section 2.7 Option to Extend Term of ,A;Iro�:nwtit
At its option, City may extend the terms of this Agreement for an additional two
(2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days
2
written notice of its intent prior to expiration of the existing term, In the event City
exercises any option under this paragraph, all other terms and conditions of this
Agreement continue and remain in full force and effect.
The total duration of this Agreement, including the exercise of any option under
this paragraph, shall not exceed five (5) years
ARTICLE 3
COMPENSATION_
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without (imitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable, CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal,
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 A.i)ditiiitt
CITY reserves the right to pe-iodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
3
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement,
ARTICLE 4
PJIt•`i�.:f 1 1.11NLC= M; PROVISIONS
Section 4,1 Nondiscriirimatiun
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Corm-ptiloce
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and 1' Zesf3onsibitity fpr-Dainagg
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification, If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs, The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
4
Section 4.4 Nq Porsi-,)nai Lial)IIity
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 insurance Re uireim.nts for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference,
Section 4.7 5tw ossors. and Assi(Ijis
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY, Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.13 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, OF three (3) days frorn the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Paula Fernandez
To CONTRACTOR: Valley Outdoor Advertising
Attn: Mike Georguson
1920 Tienda Drive, Suite 203
Lodi, CA 95242
Section 4.9 COODeration of GIT
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
5
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed, Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement
Section 4.12 Ccarrficlontillity
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Soverability; and Attornc: 's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
6
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court,
Section 4.14 City Dkriincss Liceiis4 Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01,020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4,15 Cat isms.
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4,16 Integration_ and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4,17 Contract Tornis Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail
Section 4.18 Sever-ability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownorship of DoCL)111011ts
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Atitho.rity_
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement
Section 4.21 F ndt�ral Transit F•uncl1t1C Conditions
M If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreeitient as of the date first above written.
ATTEST
JiP NIFER P FERRAIOLO
Cite Clerk
APPROVED AS TO FORM:
JANICE O. MAGDICH, City Attorney
Byt' , -- -v-- —� -By
CITY OF LODI, a municipal corporation
SI L -.N SCI IVNIABAUER
City Manager
VALLEY OUTDOOR ADVERTISING
Name Mike Georguson
Title: Owner
Attachments:
ExhlbIt A —Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (If applicable)
Funding Source: 6000000.
(Business Unit & Account No.)
Doc: IC:K-VAIMPROJECTS,TRANSIT1Adveitising '\.Lodi RFPIPSA MASTFRAnc
CA!Rev.01.2015
8
Exhibit_A —Scope of Services (RFP)
Exhibit A1— Valley Outdoor Advertising (Scope of
Services/Technical Proposal)
Exhibit B —Compensation Proposal Form
Exhibit B1— Estimated Five Year Cash Flow
Exhibit C — Insurance Requirement
Exhibit D — Federal Transit Funding Conditions
Exhibit D1— Federal Forms (Valley Outdoor Advertising)
_ Exhibit A I
scope of_warh--____--
Tranalt Adverllaing Services - RFP
SCOPE OF WORK
TRANSIT ADVERTISING SERVICES
1. INTRODUCTION
1.1. Request for Proposals
It is the intent of this Request for Proposals (RFP) to solicit proposals for the provision
of revenue -generating Transit Advertising Management and Coordination for Transit
Vehicles, and Facilities from an independent firm. This advertising consists of interior
and exterior spaces on CITY Grapet-ine transit vehicles used In revenue service for
fixed route services. In addition, the City will be installing six bus shelters with
advertising panels and two monitors capable of providing advertisement at the transit
station. CITY expects the successful Contractor to administer all approved forms of
advertising as well as all aspects of development, manufacturing and installation of
advertisements.
This proposal will allow CITY to receive revenues that will assist the agency to offset
costs associated with the provision of public transit services. The selected contractor
shall solicit the sales and placement of advertising on vehicles, shelters, and any other
appropriate transit property, and demonstrate its ability to manage all tasks relater) to
the execution of this revenue sharing agreement. These tasks include;
• All client sales contracts
Design and production services
• Delivery of transit advertisements
Other necessary or customary business practices.
CITY will utilize the "Best Value" method of procurement, in conformance with
applicable procurement guidelines, Respondents to this RFP should demonstrate an
understanding of the work to be performed.
1.2. Scope of Work
Fuck round
CITY is seeking the services of an individual or firm to manage the Transit Advertising
Program on its fleet of vehicles for an initial three (3) year base term with options,
exercisable by CITY, for two (2) additional one (1) year terms. Should CITY determine
to exercise In its sole discretion an option, CITY will notify the Contractor of its
determination, In writing, at least ninety (90) days prior to the and of the base term or
option term.
The CITY is an urbanized area located in the San Joaquin Valley in the central portion
of the State of California. An estimated population of 88,000 resides within the CITY
7
Section II - Scope.of Work
Transit Advertising Services - RFP
limits. The primary industries are agriculture, food processing, and some light industry
and services.
CITY provides public transit services within its boundaries and limited adjacent areas in
northern San Joaquin County The GRAPELINE, a fixed route transit service, operates
within the CITY limits. The demand response and ADA paratransit (Dial-A-Ridel
VineLine) service area consists of the CITY limits, plus various unincorporated areas.
However, at this time, we are interested in providing advertisement on our fixed route
service vehicles only. The total annual passenger ridership for the fixed route, demand
response, and ADA paratransit services is approximately 250,000 passengers. The
total service area is approximately 19 square miles. Lodi Transit currently operates
twenty-four (24) vehicles for transportation, however, the proposed advertisement shall
be provided on six fixed route vehicles.
GrapeLine operates 5 fixed routes on weekdays and 4 fixed routes on weekends
Primarily, the EI Dorado EZ Riders (32 foot) buses are used on the fixed routes. The
paratransit buses are used for the three (3) Express Routes operating in the morning
and afternoon peak hours. Service for Lodi Transit is from 6:10 a.m_ to 7:30 p.m.
(Monday — Friday) and 7:30 a m. to 9:30 p.m on Saturday, and 8:30 a.m. to 4.30 p.m
on Sundays.
CITY projects operating the following in fiscal year 2015/2016
• 250,000 total fixed route miles
• 220,000 fixed route passengers
• 22,000 fixed route revenue hours
CITY's bus fleet accommodating interior and exterior bus advertising is detailed and
defined in Exhibit 1. The fixed route service operates on local streets. In the spring of
2016, six lighted advertising panels will be installed on bus shelters along major
corridors and two monitors will be installed at the Lodi Transit Station_
Ge neral Rectuirome nts
The Contractor shall have exclusive rights to place CITY -approved advertising upon
CITY's fixed -route buses, subject to the terms and conditions set forth in this RFP.
CITY reserves the right to use any other portion of the buses for its exclusive use for
any advertising or promotion or purpose it deems to be in the interests of CITY. CITY
also reserves the right to use any unsold advertising space for its exclusive use as
mentioned above.
The Contractor shall supply CITY a current rate card on an annual basis to allow the
agency to utilize unsold space for CITY announcements, marketing promotions and
related needs. Contractor shall administer all aspects of CITY's advertisements in
accordance with the terms and conditions as outlined in this solicitation.
Space availability for advertising on CITY vehicles may change during the period of this
Agreement for reasons including, but not limited to, the acquisition of new vehicles, and
bus shelters_
Sectlon II Scope of Work
Transit Advertising Services • RFP _ 4
The Contractor shall employ its best efforts to develop and make sales of advertising
space and shall operate an office facility and workforce capable of insuring proper
installation, maintenance and removal of advertising displays.
Contractor shall provide an emergency phone number for CITY to reach Contractor in
the case of an emergency situation, Contractor shall respond to an emergency
situation within 24 hours of CITY's request.
In addition to complying with CITY's Advertising Policy set forth in this RFP, the
Contractor shall comply with generally accepted industry principles with respect to
good taste and all applicable laws and regulations including but not limited to truth in
advertising, copyrights and trademarks. Additionally, the Contractor shall:
• Remove unapproved, damaged or defaced advertisements within 72 hours of
notice given by the CITY.
• Remove all dated advertising materials within five (5) calendar days from its
expiration date. Dated materials refer to advertising materials that are relevant
to a specific time period or relevant to an event that has been completed.
SPo,cifir; Rectuiraments
a. Advertisement Location. Advertising will be permitted on the exterior left, right
and rear sides of buses in configuration sizes as specified in Exhibit 1 and in this
Section c. Standard Dimension Table, At the contract initiation, and prior to the
initial vinyl advertisement installation, Contractor shall provide CITY with
schematics detailing the exact location for advertisement placement, on non-
permanent adhesive vinyl material, on each bus (interior and exterior), in the bus
shelter advertising panels, and station monitors. Once approved by CITY, these
locations will become the standard locations for ad placement on transit property
through the term of the agreement,
b. Advertisement Material and Appearance CITY requires that all interior and
exterior advertising installed as part of the proposal be of the non -permanent
adhesive vinyl type, "direct application," The Contractor shall assure that all
advertisements are manufactured, installed, and removed in accordance with
current (and future) industry standards, Additionally, each ad:
a. shall be free from wrinkles, blisters or similar defects
b. shall be "squared" to the vehicle contour lines
c. shall present a sharp and clear appearance
d. in the case of half or tail wraps, the ad shall NOT continue around the
corner onto an unadvertised side, The half and tail wrap
advertisement must be invisible to other sides of the coach
c. Advertisement Dimensions_ CITY has provided approximate advertisement
dimensions as a baseline for this solicitation. Ad size will vary depending on
location (panel, half or tail wrap) The CITY's vehicle list for advertisement is
shown in Exhibit 1. These vehicles will be available for the length of this
advertisement contract. Interested contractors may schedule an appointment to
inspect the fleet during normal business hours. If a contractor wishes to propose
alternate dimensions, those dimensions and diagrams should be provided in their
Saclion Il • Scope of Work
Transit Advertising Sarvices - RFP
proposal, CITY desires to provide as much advertisement potential as possible,
however, staff was directed to not utilize full bus wraps or full side wraps covering
windows In addition to the exterior advertisement, the CITY wishes to have
advertisements inside the buses on six panels with dimensions shown in the
following table,
Standard Dimensions
I Driver/Street Side
Traditional King
30" x 104"
Driver Side Half wrap
40" x 312"
Curbside
Traditional Queen
22" x 64"
Curbside Half wrap
32" x 300"
' Rear
Halftail
34" x 64"
Traditional Tail
21" x 70"
Full Back
131" x 84"
Interior Panels (ti per bus)
Headliner Interior Panels
11" X 17"
If the contractor wishes to use half wraps or rear ads, allowances in the design
must be made to incorporate the CITY and GrapeLine logos, bus numbers, decals,
website addresses, phone numbers and any other pre-existing information on
either the rear or sides of coaches in a conspicuous manner. Additionally, under no
circumstances shall any partial wrapped bus advertisement "wrap" around to
another non -advertised side, Advertising covering windows shall not be allowed.
No advertisement located on the bus front, or door is allowed.
Trrii�si faililic�xlsltelters/rnc3rr_+fprs: Advertising on the CITY's six (6) bus shelters
and two (2) 55" LCD station monitors will be available starting in spring of 2016.
Proposed advertisement revenue for the proposed transit facilities should be shown
under FY 16117 in Exhibit B. CITY will initially be installing six (6) bus shelters with
advertising panels (46" x 70") that will be located along major corridors. The intent
of the LCD monitors is to provide bus schedules and live bus monitoring with rolling
advertisements. One proposed monitor will be located on the outside of the lobby
transit station (24 S. Sacramento Street) that is currently being remodeled and one
monitor located inside the transit station. CITY and Contractor may mutually agree
to additional guaranteed revenue once the shelters and monitors are available for
advertising.
d. Continuous Advertisement. Once a vinyl is applied to the side of a vehicle, a
vinyl advertisement in good repair of the same size must always be displayed in the
same location No "layering" of vinyl advertisements is permitted; the previous vinyl
must be removed before application of a new vinyl. Under no circumstances shall
Contractor allow any one exterior ad to remain adhered to any vehicle or bus
shelter ad display panel in excess of one (1) year.
I0
Section_ II - Scope of Work
Transit Advertising Services - RFP
Restoration, Upon removal of vinyl advertisement, Contractor will be responsible
for the cost of restoring the bus surfaces covered by the vinyl advertisements to the
condition of the bus surface. The adhesive used to apply the vinyl type
advertisement shall not cause damage to CITY's vehicles, their paint schemes,
existing decals or exterior surface The Contractor will be notified of any such
damage and CITY will not proceed with repair for 48 hours after notification to the
Contractor to enable the Contractor time to inspect the damage if so desired. The
Contractor shall be required to reimburse CITY for the full dollar cost to repair any
damage to CITY's vehicles and/or property resulting from application or removal of
the vinyl advertisement or any other activities of the Contractor.
Fleet Size. Sole discretion for bus assignment shall remain with CITY. Any
reference In this document to any particular number or count of buses (e.g. the
available fleet size) shall not be construed to carry any guarantee, express or
implied, that any certain vehicle count or fleet size shall be available to the
Contractor for advertising displays at any given time. CITY shall be the sole judge
of safety, convenience, appearance, and the number and vinyl location on any
vehicles. However, it is the intent of the CITY to have six transit vehicles available
for advertisement as shown in Exhibit 1
g_ No Route Specific Advertisements. Under no circumstances should
advertisements be route specific and the Contractor shall not represent to potential
advertisers that advertising can be route specific
h Self Promotion. The Contractor will not be allowed to engage in unpaid self
promotion without prior written approval from CITY.
Advertisement Maintenance. The Contractor shall be solely responsible to keep
and maintain all the vinyl's placed on CITY buses, bus shelters and transit facilities
in good condition, and will bear the full cost of any and all maintenance and repair
of the vinyl, In the event the Contractor fails to satisfy the subsection requirements
below, CITY may elect to repair, alter or remove the vinyl and to charge the
Contractor for all labor and material costs for all such work. The Contractor agrees
to pay CITY the cost of performing such work provided CITY gives the Contractor
verbal notice, followed by a written notice, of the intent to repair, alter or remove the
vinyl advertisement prior to actually undertaking such activity.
Advertisement Placement.
No vinyl will be allowed to interfere with any safety devices, lights, signals,
licensing, website addresses, phone numbers or distinctive logos, or decals on
CITY vehicles, This includes, but is not limited to, reflective materials, side
directional lights, side reflectors and other features. In addition, vinyl cannot
interfere with the normal utilization of fuel doors, vents, glazing, and other
equipment installed in the various vehicles that may require regular preventive
maintenance.
• Vinyl shall not be placed over any body moldings. Vinyl applied over body
panel seams shall be sliced and tucked into those seams,
Vinyl smaller than the allocated area shall be centered in the allocated area.
• Vinyl shall not be placed within one (1) inch of CITY's name or its logo.
Section II - Scope of Work
Transit Advertising Services - RFP
twncert or [} irrz.i erl Arl�c rtisements
The Contractor shall develop and implement a fully staffed maintenance, cleaning,
repair or replacement program plus a Quality Control Program that insures that the
advertising material installed on CITY property is in good condition at all times. More
particularly, the Contractor will be required to remove immediately, but no later than 24
hours from notice given by CITY, any graffiti on the transit advertisement facilities or
vinyl not removed during CITY's regular, daily cleaning of the vehicles (generally
vehicles are pressured washed weekly), and to make other repairs as necessary to
vinyl's or panels that are otherwise damaged or defaced.
Any vehicle bearing a vinyl or advertisement panel/monitor that is damaged, defaced or
marked with graffiti that is not repaired, corrected or removed by the Contractor as
required above, shall be considered unsuitable for revenue service and the Contractor
will be assessed per conditions set within this solicitation.
CITY has graffiti abatement staff available, however, there is no guarantee their
schedule can remove graffiti on advertisement panels within the time required As
mentioned above, it is the Contractor's responsibility to remove graffiti; however, the
contractor may coordinate with CITY graffiti abatement staff to determine if it can be
accomplished within the required time stated above.
Advertisement Limitations and Review
a. Advertisement Limitations CITY will accept limited advertising on and in its
vehicles, at designated areas within its transit facilities and at other transit sites as it
deems appropriate in accordance with the Transit Advertising Policy shown in
Appendix 3.
b. Advertisement Review. Contractor shall review each advertisement submitted for
installation, display and maintenance on CITY properties to determine whether the
advertisement conforms with the Transit Advertising Policy shown in Appendix 3.
Asse*smerit for Non.. Compliance
For any breach of the requirements or failure to satisfy the conditions of this Contract,
CITY may impose an assessment in the amount of $100 per day per bus or incident.
Transit Proarty-Locations
CITY currently operates vehicles from its Lodi Transit Station, 24 S. Sacramento
Street, Lodi, California. For maintenance and repairs, vehicles are also stored at the
Municipal Service Center Fleet Services Center, 1331 S. Ham Lane, Lodi, Callfornia.
The bus shelters will be located with city limits on major corridors.
Contractor Int ress acid Egress
Contractor shall check-in before entering and check-out upon leaving CITY property
with the appropriate personnel and on -duty fleet maintenance supervisor.
12
Section II - Scope of Work
Transit Advertising Services - RFP
Contractor shall provide reflective safety vests and company identification badges for
its employees to be worn at all limes while on CITY property,
Contractor shall use a clearly identifiable vehicle for purposes of entering CITY
property.
All vehicles used to install, remove or maintain the advertisement on CITY buses while
on CITY property shall display a business sign on the outside of each front door, both
left and right sides, signifying the name of the company authorized to perform work on
CITY buses. The sign may be of the magnetized type No private vehicle will be
allowed on CITY property, however, private vehicles displaying the proper signage will
be allowed_
Contractor shall conduct all of its work on CITY buses at the Municipal Service Center
Fleet Maintenance Shop parking area between normal business hours on weekdays
and coordinate with the CITY staff to not disrupt revenue service. Contractor shall
work with CITY staff to coordinate advertisement installation; however, Contractor shall
not interfere with CITY operations when installing, removing or maintaining ads. Bus
shelters and other transit facilities are available from 7:00 a,m. to 10;00 p.m.
Contrjotor's Work on -C -1 -TY -Property
Contractor will provide all necessary parts, equipment, materials and/or tools
required to perform the required work and will not store any parts, equipment
materials and/or tools on CITY property.
CITY shall make every attempt to provide sufficient room between bus rows so
as to allow for installation or removal of ads while buses are parked, at each
applicable site. Indoor workspace is not available. CITY and Contractor shall
agree on how best to resolve any problems arising regarding the location of
buses at each applicable site. The Contractor shall perform the work in such a
manner as to eliminate unnecessary noise, obstruction, hazardous conditions
or other disturbances to CITY's operation or its personnel. During the
performance of the work, the Contractor shall bear full responsibility for the
protection and safety of the public, CITY personnel and CITY equipment and
facilities. Any damage arising from the Contractor's performance of the work
shall be repaired or remedied immediately at the Contractor's sole expense
Contractor shall provide and make available the necessary number of
employees to conduct a Quality Control Program.
During the performance of the work under this Contract, the Contractor shall
keep the working area in a neat and safe condition. The Contractor shall make
arrangements to dispose of any waste generated by its performance or
activities off CITY property.
Enilfloyees Conduct
Contractor shall insure that its officers; agents or employees while on CITY property or
using equipment will conduct themselves in a safe and proper manner and if a
complaint is made by CITY personnel, the Contractor will take such corrective
measures as are necessary If the Contractor does not take such corrective measure,
CITY may deem the Contractor in breach of its obligations under the Agreement.
13
Section II - Scope of Work
Transit Advertising Services - RFP
Contractor further covenants and agrees that in the exercise of the rights and privileges
granted hereunder its employees or representatives will not deface or damage the
property of CITY or deposit or scatter any rubbish, debris, waste, litter or other material
in or about said premises. The Contractor agrees to assume full liability and
responsibility for actions on the part of its employees and agents, and shall pay for any
clean up required to restore the property to its condition prior to entry by Contractor or
as otherwise determined to be necessary by CITY.
Changes in Scope of Work
CITY, without invalidating the contract, may order additions to or deletions from the
work to be performed. If justified the contract charges will be adjusted accordingly,
Any alteration(s) made in the provisions that are a part of the contract shall not operate
to release any surety or sureties from liability or any bond(s) attached thereto and
made a part thereof. New provisions must be mutually agreeable to CITY and the
Contractor. Contract Modifications must be authorized by the City Council and/or City
Manager and must be completed as an Amendment to the Agreement.
CITY shall have the right to make changes in vehicles, vehicle configurations, vehicle
types and related elements of work not involving extra cost and not inconsistent with
the work to be performed.
1.3 Contract Period
The start date for the project will commence on October 1, 2015, The conclusion of the
base portion of the contract shall be September 30, 2018. There are two (2) additional
one-year options that shall be determined at the end of the base contract. The contract
completion date for this RFP will be no later than September 30, 2020. The option
years are to be exercised solely at CITY's discretion.
1.4 Payment Instructions
Contractor shall make monthly payments to C[TY. Said monthly payments shall be
made by the 10th working day of each month. Payment shall be for all amounts due to
CITY for the preceding month and shall be based on the compensation structure set
forth in Agreement. Said monthly payments shall be accompanied by a schedule which
shows the advertisements which were displayed, the gross revenue earned for the
advertisement, the amount and description of any deductions permitted by Section III,
Subsection 1,6, and the amount of revenues to earned in the future under existing
contracts.
Effective the first month of the Agreement, and each month thereafter, the Contractor
shall remit by the 10th working day of each month an amount equal to one -twelfth of
the annual guaranteed minimum for that year or a percentage of the Contractor's
specified net advertising revenue, whichever Is greater.
14
Secllon II - Scape of Work
Transit Advertising Services - RFP
All payments, regardless of their nature, shall be submitted In a timely manner. Late
payments shall be subject to a 5% penalty per month,
All payments should be sent to: Accounts Receivable
CITY OF LODI Finance Department
P,O, Box 3006
Lodi, California 95241-1910
15
Section II - Scooe of Work
Transit Advertising Services - RFP
2.o ADDITIONAL_ REQUIREMENTS
2.1 Insurance and Indemnity
The contractor must provide a certificate of insurance in a form acceptable to the City
Risk Manager prior to entering into any contract made pursuant to this RFP. The
insurance requirements are included in the Exhibit C of Appendix 2. The contractor shall
procure and maintain such insurance coverage and include the entire obligation
assumed in the contract as well as such insurance as will protect the service provider
from claims and liability under Workers' Compensation Acts, personal liability, property
damage, and all other claims for damages including personal injury and death, which
may arise under the contract.
Service provider shall defend, indemnify and hold harmless the City, its elected and
appointed officials, directors, officers, employees, and volunteers from and against any
and all claims, demands, damages, losses, and expenses (including reasonable
attorney's fees), arising out of performance of the services to be performed under this
contract, provided that any such claim, damage, loss, or expense is caused by
negligent acts, errors or omissions of the contractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, during the
performance of services under the terms of the contract.
2.2 Confidentiality
The California Public Records Act (California Government Code Sections 6250 et seq,)
mandates public access to government records. Therefore, unless the information is
exempt from disclosure by law, the content of any request for explanation, exception or
substitution, response to these specifications, protest or any other written
communication between CITY and the contractor shall be available to the public.
If the contractor believes any communication contains trade secrets or other
proprietary information that the contractor believes would cause substantial injury to
the contractor's competitive position if disclosed, the contractor shall request that CITY
withhold from disclosure the proprietary information by marking each page containing
such proprietary information as confidential The contractor may not designate its entire
proposal or bid as confidential. Additionally, contractor may not designate its cost
proposal or any required bid forms or certifications as confidential.
If contractor requests that CITY withhold from disclosure information identified as
confidential, and CITY complies with the contractor's request, contractor shall assume
all responsibility for any challenges resulting from the non -disclosure, indemnify and
hold harmless CITY from and against all damages (including but not limited to
attorneys' fees that may be awarded to the party requesting the contractor information),
and pay any and all costs and expenses related to the withholding of contractor
information.
Contractor shall not make a claim, sue or maintain any legal action against CITY or its
directors, officers, employees or agents in connection with the withholding from
disclosure of contractor information.
E
Section II - S_Coge of Werk
Transit Advertising Services - RFP
If contractor does not request that CITY withhold from disclosure information identified
as confidential, CITY shall have no obligation to withhold the information from
disclosure and may release the information sought without any liability to CITY.
2.3 Conflict of Interest
Contractor represents and warrants that it presently has no interest and agrees that it
will not acquire any interest which would present a conflict of interest under California
Government Code §§ 1090 et seq. or §§ 87100 et seq. during the performance of
services under the Agreement. Contractor shall promptly disclose any actual or
potential conflict of interest to CITY as soon as contractor becomes aware of such
conflict. Contractor further covenants that it will not knowingly employ any person
having such an interest in the performance of the Agreement. Violation of this provision
may result in the Agreement being deemed void and unenforceable.
No member, officer or employee of the CITY or of any of its member jurisdictions
during his/her tenure of office, or for one year thereafter, shall have any interest, direct
or indirect, in this contract or the proceeds therefrom.
2.4 Performance Security
Upon execution of the Contract, the Contractor shall furnish, at its own expense, a
check or cashier's check payable to the City of Lodi in the amount of $5,000, which is
to be deposited with the City of Lodi.
t7
Technical Proposal
A. Detailed Sales Strategy
` �xhiblt Al
Valley Outdoor Advertising will maximize revenue through a comprehensive sales
strategy that will focus on three separate types of advertisers.
• Local Sales - Direct sales targeted to local small and medium size Lodi businesses.
Goal 60% - SONG of revenue.
• San Joaquin County Sales - Direct sales efforts targeting Advertising Agency
Stockton businesses and San Joaquin County, Goal 10% - 30% of revenue
• National Sales - A more difficult task in Lodi but Valley Outdoor does have some state
and national clients. Goal - 10% of revenues
a) Local Sales
Due to the location of Lodi and it's proximity to larger towns we believe the majority of
the sales will be derived from local businesses Small and medium sized businesses
are very careful where they spend their advertising dollar and Lodi is fairly well-known
as a city that business owners hold onto every dollar. Business owners will need good
feedback from their customers that their ads are having an impact. Both Bus Shelters
and Bus Advertisements will have to be competitively priced to keep local business
people satisfied.
We have a very good business relationship with many of the businesses in Lodi. We
have proposed outdoor advertising for virtually hundreds of Lodi businesses and have a
knowledge that can only come from working and living in Lodi most of our lives. Lodi is
an unusual market that is composed of fairly conservative spenders but they are open
to new and innovative advertisement. The reduction in newspaper coverage, no local
radio or television ads and a shortage of billboards will definitely help sales. We are
also involved in many local organizations and will use those resources to expand sales.
Below are a few potential local advertisers. It should be noted that all of these
companies are already clients of Valley Outdoor
Potential Local Advertisers
Lodi Health
Jewelers
Auto Dealers
Salons
Classic Design
Allstate
Heating and Air Companies
Burtons Shoes
Subway
b) Regional Sales
Lodi is fairly isolated when it comes to advertising businesses. However, Lodi is
considered part of the Sacramento Region for California Ads. That has allowed us to
J
00W V+ 0E CAL Atgi
WC ,Al.. OUT S OAKeb
1 7.- x•irrYSl�r,r
advertise Cal Fresh and other state projects such as the Human Trafficking Hotline
San Joaquin Solid Waste Management has been on signs in Lodi or the past 20 years
and the buyer for the county has already showed interest in adding Lodi transit to the
mix.
Potential Regional Advertisers-.
Health Service outside of Lodi Banking/Credit Unions Wreless(Utilities
c) National Sales
Valley Outdoor has actively pursued and been rewarded with National advertising
account relationships. McDonalds advertises with us on a seasonal basis. In our
experience, the best method to successfully achieve a portion of national advertising
campaigns is through continuous telephone and email communications as well as face
to face meetings. The meetings are accomplished during our bi-annual trips to
Chicago, Los Angeles, Manhattan and Dallas.
Potential National Advertisers
Quick Service Restaurants Car Washes Wireless Services
Service Providers Informational Banking/Credit Unions
Ill Transit Management Services
Valley Outdoor Advertising will provide comprehensive management of the advertising
on the Lodi Transit system. We will strive to minimize the impact the process of
installing advertising media an bus shelters and buses, operating buses with vinyls, and
the disbursement of funds.
a) Record Keeping, Reporting and Payments
VOA is able to provide accurate contract administration necessary to fulfill the scope of
the RFP agreement as outlined
VOA will maintain records of installation, removal and certificates of audit for each
display All pertinent information is recorded including advertiser,terms of each contract,
display type, applied vinyl serial number, condition of the bus or shelter upon installation
and removal
Each advertiser receives a posting and production report with photographs of the
installed advertisement.
b) Sales and Financial Reporting
Each month VOA will provide detailed sales report showing all billing accounts
displayed by the Grapevine Transit. The monthly report will include current advertisers,
gross billings, contract status, and status of revenue share overages
C. Installation and Maintenance Procedures
a) Quality Management Plan
VOA has prepared a carefully considered Quality Management Plan (QMP) that
considers all of the appropriate steps required to safely install and remove advertising
material from buses and shelters. The QMP is focused on how to avoid damaging
vehicles while providing a long lasting advertisement that will give the clients maximum
value. For shelters, time needs to be allotted to clean the entire shelter to insure safety
and to promote use of the advertisement. A major advantage for VOA is that we live in
town and we will be able to view shelters and buses daily on an informal and formal
basis. The QMP incorporates industry best standards as well as personnel experienced
in high standards for installation. Following the QMP is mandatory for all VOA
personnel and subcontractors. Instruction for procedures included within the QMP
include the proper condition of the work space, correct method to clean the buses and
shelters, appropriate environmental space for installation, installation of the vinyl and
post installation steps.
b) Pre -Posting and Inspection Procedure
The QMP requires that the condition of the shelters and buses before installation and
after installation be recorded in the Vehicle Condition Report and the Shelter Condition
Report. Additionally, the condition of the removed vinyl is recorded in an effort to
improve further installations and to congratulate ourselves on successfully completing
an advertising cycle.
c) Maintaining Advertising Inventory
VOA will maintain an up-to-date inventory record showing the current number of buses
and shelters available as well as the specific products that are displayed an each transit
ad. The advertising inventory record will include the effective contract dates for each
display including the expiration date for each contract.
d) Installation Scheduling
The City of Lodi as well as Grape Line already has important functions, VOA will strive
to minimize the impact of the installation and removal of advertisements We will work
closely with the Grape Line to schedule bus installation and the best time to install ads
at bus shelters.
D. Estimated Cost Sheet
The estimated cost sheet will be adjusted based on market demands The cost to
produce and install the advertisements are $4.83 per square foot. The hope would be
to pass on all installation costs to the advertiser which will greatly strengthen the bottom
line for COL and VOA. Historically, smaller businesses do not understand separate
pricing and balk at installation costs. My revenue estimates are based on VOA paying
for all installation costs which is a very conservative approach and should help both the
City and Valley make their budget goals.
Traditional King
q
104'x 30`
Driver Side Haff Wrap 312' x 40"
W9
Traditional Queen 64" x 22"
$250
$400
$150
Curbside Half Wrap 300" x 32" $400
Traditional Tail 70' x 21" $150
Traditional Queen 84" x 34" $250
Full Back 84" x 81" $450
Shelters 70" x 45" $250 Interior Panels 11 " x 17" $30
E. Comformance to the RFP
VOA feels confident that we can meet all the RFP requirements. COL would like a
higher Minimum Guarantee but I am confident that VOA will do the best job possible
and achieved the highest revenue return the City could get. It is the hope to hit the
threshold that the City wants within 4 years if not sooner.
F. Proposal information that the contractor feels is proprietary
VOA feels that the financial record are proprietary. We also believe that our client list
and the existing leads we have been mentioned should not be shared.
I Exhibit B -]
Compensation Proposal Form
Transit Advertising Services
Request for Proposal
Enter bej;w Iha proposed compen6all-n for the funccions 'IsMd es dkiscnbod hl SscdQn .1, Scop. of Work Plewlz
ba 8r, SPOaWU 05 OQ8$117110
T'rdnaAAdVtIrU81j15j BofviQus
COMPOng2flOn Prf)pqzu1 -_City of Li)di Gaso
Minimum $ 25040 25000
Guarantee
Revenue 42 % 43 % 45 %
Share 40
SIGNED,
Company NOMO
tj9plalute, Ptinied Name, and TWO
MIKu Goarguson 0%,oner
PrImild Name, and TWO
nn -1 1 1-
Bxhibit B1
Estimated Flee
Year City Of Lodi Cash Flow
Agency
commission -1343 -1910 -2421 -3265 -3265
t
Buses -7216 -7937 -8659 -10247 -10247
Postingtt
Shelters -1619 -7128 -11663 -18402 -18402
Posh ng
Total Cost
Year'1
Year
Year
Year
Year
Avg. Annual
26542
57560
57560
Occupancy
50%
55%
60%
71%
71%
Rate
40%
1`-
43%
45%
Buses
27,000
29000
32000
38340
38340
Headliners
4320
4750
5184
6134
6134
Occupancy
15000
2 ]V01)
n(,;Qe;•
25000
25000
Rate
60%
65%
70%
75%
75%
Shelters
Shelters"
$5,400
(10) $19,500
(15) $31,500
(20) $45,000
(20) $45,000
Gross
36720
53952
69084
89474
89474
Revenue
Agency
commission -1343 -1910 -2421 -3265 -3265
t
Buses -7216 -7937 -8659 -10247 -10247
Postingtt
Shelters -1619 -7128 -11663 -18402 -18402
Posh ng
Total Cost
10178
-16975
-22743
-31914
-31914
Net.
26542
57560
57560
Revenue
Lodi %
40%
1`-
43%
45%
Actual
10617
-
1� i_:;1
�'� ? 6
24751
25902
Revenue
Guaranteed
15000
2 ]V01)
n(,;Qe;•
25000
25000
Revenue
Estimated
Adj. Lodi 10616 15160 19463 24751 25902
Revenue
`May -Sept Posting 2016 6
month total
"Assumes increase of 5 shelters a hear
2-4 (5,10,15,20)
tAss�..mes that n% of bill Es are through an agency
ch,i -ging a 15% Commission
tr;^tuIrles Actual Posrn r„ilaige of 54.83 per approximate Square foot
Jay area
Exl�j�it c
rt rer•trrW+�_jtor�yilZlnn ur Guatrr��r TIO Cntrtraatar shell take out and rnaintni++ uunnlf ilio lite of this
Agreement, inauranw rovarrrtin :la Ili;tad Winw, Tlseno Irsnurance pollcias shall protnot Canlraclrrr and any
6ubconrrnclor performing work covered by this Agroament front ciolms for damagos rur pursonal injury. including
accidental death, as well as from claims for property damages, which may arise from Conin>'ct0ea alsernttnns under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
c��]Mf'fti=liF PJSIV[. CEIVr=f'.%1t. IlAI1_l__!7Y
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2, COMPt3EIIFNSIVt;_AUi,[}r 01-7 ILF_OAllli.+_I Y
31,000,000 Combined Single LImR
Such Insurance shall cover liability arising out of any vehicle (Including, owned, hired and non -hired vehicies)
operated In performing any and ail services pursuant to thls Agreement, Coverage shall be written on ISO form
CA 00 01 12 80, or a later version of this form, or an equivalent form provuiing equivalent liability coverage.
All limits erre to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or sulf-insured ratontions (SIR; must be dleclueod to Gity'a Risk
Manager for approval and shall not reduce the limits of floWity set forth hereinabove. Insurance policirts <;ontaining
any deductible or SIF; provision shall provide, or be endorsed la provide, that the deductible or SIR may he s ilKlsad
by either the Named Insurecl(s) or the City of Lodi.
It Is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
covsrage requiromanta andlor limits set forth above, shall ba availablo to City as ar► addlrionat insured Fodhefmare,
the requtremerita for coverage and limits shat; lin (t) the minimum coverage and limits apeof0ed in Uzese insurance
requlrernenta. or (ii) the broader coverage and maximum I•srn+ts of uoveragrf of any insumace policy or proceeds
available to the Contractor: whichever is greater,
Contractor agrees and stipulates that any inaurartCO coverage provided to the city of Lodi shall provide for a claims
period following tarminalion of covomge which is at least consistent with the claims period or statutes of limitations
found in the California TortClalms Act (Callfomla Government Code Section 810 at suq )
A copy of the certlrraate(s) of insurance with the following endorsements shall be furnished to the City:
(ay - Zvsl.0llrpnFyl NpyLir}CI1? crud. Lrflnrnurnonl - — —
Pursuant to a separate endorsament (ISO farm CG 2010 (11/85) or equivalent form) such Inauranoe as Is
afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers as additional named insured&
(b) 1''rirLtrrry I wc�n_C' ++ r r it rn; rt+:�: (�rii(rr :ire r�rt!
Addltlonst insurance Coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's Insurance or self-insurance and shell be at least as broad as ISO form CG 20
01 04 13.
NOTE: (1) The street address of the CiTY OE LO[L] must be shown along with (a) and (b) sbuw,, 221 rPAW
Pine Street, Lodi, California, 95240; (2j The Insurance cerllrrcala must state, on its fnr;,� or a', am
endorsement, a description of the Qrolect that it is insuring.
The limits of Insurance coverage required may be satisfied by a combination of primary and umbrella or
excess Insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provislon that such coverage shall also apply an a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named Insured.
(d) �AVQfck0l(tr .if (0v!rQ t.' %Ata'"
The tern "insured!' is need anverally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
Fsge 1 1 of -2- pages r j Risk: rev,03.2014
n:}Innen _�liegu1t_gL it_for Co�ttricsor(continued)
O11sa a i-e,)r :.AIIC011_.16.1V > "I+d 1 r. In 0r;, p_r _ i tlgisfnrLnr
— s.— ..
This policy may net be canceled nor the coverage reduced by the company without 30 days' prior wrihen
notice Of such rancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St.. Lodi,
CA 95240.
(f) 'io�rtntulfY—oAkI
All policies shall be in effect on or before the first day of the Term of th s Agreement At least thirty (30) days
prior to the expiation of each insurance policy, Contractor shall furnisn a certificate(-) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contradw
shall provide p,00f of continuing insurance on at least an annual basis during the Term If Contractors
Insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement irsurarce
(g} F;alluiy toQm r
If Contractor fails or refuses to obtain and maintain the required insurance, or tads to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums pad, with
interest on the premium paid by the City at the maximum allowable legal rate than in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment staling the amount
paid, the names) of the insurer(s), and -oo of inle t:;,t Contractor shall pat ucr, reimbursement and interest
on the first (1 ° ) day of the month follUvnng tho City s notice. Nalwllhslanoing and other provision of Ihis
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fai s
to provide proof of insurance, the City may terminate This Agreement upon such breach Upon such
lermination. Contractor shall Immediately cease use of the Site or facilities and cor,mence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(h) {�4�1�ft_'e;�I1tSUiN�'r}f
Ail Insurance required by the terms of thls Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-. VI" by the AM Best Ratings Guide, and which are
acceptable to the City Nan -admitted surplus lines carriers may be accepted provided they are Included on the
most recent list of California eligible surplus lines irisureis (LESLI Ilstl and otherwise meet City requirements,
Wnric��rr Coni r�nsathan tnaur�rrte�. The Contractor shall lake out and maintain during the life of this Agreement,
Worker's Compensation I,rsurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Conlrautor shall require the subcontractorslmilarly to provide Worticer's Compensation Insurance for all
of the lattor's ernployses unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not proleclad
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said arnployees A waiver of subrogation is required for workers
compensatiOn lrisufaii This prillcy may not be canceled nor the coverage reduced without 30 days' prior
written notica of such cancellation or reduction In coverage to the Risk Manager, City of Lodi, 221 West Pine St
Lodi, CA 95240.
NOTE: The City reserves the right to obtain a full certified copy of any htsurance policy or endorsanrenta
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after Lha
effective date.
page 2 of 2 pages Risk: rev 03 2014
Exhibit-D__ j
Federal Transit Funding Conditions
Federal Clauses
1. Fly America Requirements
The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in
accordance with the General Services Administration's regulations at 41 CFR
Part 301-10, which provide that recipients and sub -recipients of Federal funds
and their contractors are required to use U.S. Flag air carriers for U.S
Government -financed international air travel and transportation of their personal
effects or property, to the extent such service is available, unless travel by
foreign air carrier is a matter of necessity, as defined by the Fly America Act. The
Contractor shall submit, if a foreign air carrier was used, an appropriate
certification or memorandum adequately explaining why service by a U.S, flag air
carrier was not available or why it was necessary to use a foreign air carrier and
shall, in any event, provide a certificate of compliance with the Fly America
requirements. The Contractor agrees to include the requirements of this section
in all subcontracts that may involve international air transportation. .
Energy Conservation
CONTRACTOR agrees to comply with mandatory standards and policies relating
to energy efficiency which are contained in the state energy conservation plan
issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. §§
6321 et seq..
3. Clean Water
The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each
violation to the Purchaser and understands and agrees that the Purchaser
will, in turn, report each violation as required to assure notification to FTA
and the appropriate EPA Regional Office,
II. The Contractor also agrees to include these requirements in each
subcontract exceeding $100,000 financed in whole or in part with Federal
assistance provided by FTA.
4. Lobbying Restrictions
The CONTRACTOR agrees to:
I Refrain from using Federal assistance funds to pay the costs of
influencing any officer or employee of a Federal agency, Member
of Congress, officer of Congress or employee of a member of
Congress, with obtaining any Federal contract, grant, or any other
award covered by 31 U.S.0 § 1352.
It. Comply with applicable Federal laws and regulations prohibiting the
use of Federal assistance funds for activities designed to influence
Congress or a State legislature with respect to legislation or
appropriations, except through proper, official channels.
III, Comply, and assure the compliance of each third party
CONTRACTOR at any tier and each SUBCONTRACTOR at any
tier, with U.S. DOT regulations, "New Restrictions on Lobbying," 49
C.F.R. Part 20, modified as necessary by 31 U_S.C. § 1352.
IV, In addition, the Bidder shall complete Standard Form SF -LLL,
"Disclosure of Lobbying Activities."
5. Access to Records
The following access to records requirements apply to this Contract:
Where the Purchaser is not a State but a local government and is
the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 C.F.R. 18.36(i), the Contractor agrees to
provide the Purchaser, the FTA Administrator, U. S. Secretary of
Transportation, the Comptroller General of the United States or any
of their authorized representatives access to all third party contract
records as required by 49 U.S.C. § 5325(g). Contractor also
agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA
Admi6istfator br his authorizedrepresentatives including any PMO
Contractor access to Contractor's records and construction sites
pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1,
which is receiving federal financial assistance through the programs
described at 49 U.S.C. 5307, 5309 or 5311.
Where the Purchaser is a State and is the FTA Recipient or a sub-
grantee of the FTA Recipient in accordance with 49 C.F R. 633,17,
Contractor agrees to provide the Purchaser, the FTA Administrator
or his authorized representatives, including any PMO Contractor,
access to the Contractor's records and construction sites pertaining
to a major capital project, defined at 49 U,S.C. 5302(a)1, which is
receiving federal financial assistance through the programs
described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major
capital project excludes contracts of less than the simplified
acquisition threshold currently set at $100.000,
III. Where the Purchaser enters into a negotiated contract for other
than a small purchase or under the simplified acquisition threshold
Federal Clauses,doc
and is an institution of higher education, a hospital or other non-
profit organization and is the FTA Recipient or a sub -grantee of the
FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor
agrees to provide the Purchaser, FTA Administrator, the
Comptroller General of the United States or any of their duly
authorized representatives with access to any books, documents,
papers and record of the Contractor which are directly pertinent to
this contract for the purposes of making audits, examinations,
excerpts and transcriptions.
IV. Where any Purchaser which is the FTA Recipient or a sub -grantee
of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters
into a contract for a capital project or improvement (defined at 49
U_S.C. 5302(a)1) through other than competitive bidding, the
Contractor shall make available records related to the contract to
the Purchaser, the Secretary of Transportation and the Comptroller
General or any authorized officer or employee of any of them for
the purposes of conducting an audit and inspection.
V. The Contractor agrees to permit any of the foregoing parties to
reproduce by any means whatsoever or to copy excerpts and
transcriptions as reasonably needed.
VI. The Contractor agrees to maintain all books, records, accounts and
reports required under this contract for a period of not less than
three years after the date of termination or expiration of this
contract, except in the event of litigation or settlement of claims
arising from the performance of this contract, in which case
Contractor agrees to maintain same until the Purchaser, the FTA
AdminisVeitof-the Conhptroller General; or any -6f theif-duly. -.
authorized representatives, have disposed of all such litigation,
appeals, claims or exceptions related thereto. Reference 49 CFR
1 S.36(i)(11).
VII. FTA does not require the inclusion of these requirements in
subcontracts.
6. Federal Changes
CONTRACTOR shall at all times comply with all applicable FTA regulations,
policies, procedures and directives, including without limitation those listed
directly or by reference in the Department of Transportation, Federal Transit
Administration, Master Agreement (FTA MA (21) dated October 1, 2014),
between Purchaser and FTA, as they may be amended or promulgated from time
to time during the term of this contract. CONTRACTOR's failure to so comply
shall constitute a material breach of this contract.
Federal Clausas.doc
the CONTRACTOR to the extent the Federal Government deems
appropriate.
The CONTRACTOR also acknowledges that if it makes, or causes
to be made, a false, fictitious, or fraudulent claim, statement,
submission, or certification to the Federal Government under a
contract connected with a project that is financed in whole or in part
with Federal assistance originally awarded by FTA under the
authority of 49 U_S.C. § 5307, the Government reserves the right to
impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. §
5307(n)(1) on the CONTRACTOR, to the extent the Federal
Government deems appropriate.
III. The CONTRACTOR agrees to include the above two clauses in
each subcontract financed in whole or in part with Federal
assistance provided by FTA. It is further agreed that the clauses
shall not be modified, except to identify the SUBCONTRACTOR
who will be subject to the provisions.
10. Termination
Upon written notice, CONTRACTOR agrees that the Federal Government may
suspend or terminate all or part of the Federal financial assistance provided
herein if CONTRACTOR has violated the terms of the Grant Agreement or
Cooperative Agreement, or if the Federal Government determines that the
purposes of the statute authorizing the Project would not be adequately served
by the continuation of Federal financial assistance for the Project. Any failure to
make reasonable progress on the Project or other violation of the Grant
Agreement or Cooperative Agreement that endangers substantial performance of
'the "Prbject shall provide -sufficient grounds fol the Federal -Government to -
terminate the Grant Agreement or Cooperative Agreement. Termination of any
Federal financial assistance for the Project will not invalidate obligations properly
incurred by CONTRACTOR before the termination date, to the extent those
obligations cannot be canceled. If, however, the Federal Government determines
that CONTRACTOR has willfully misused Federal assistance funds by failing to
make adequate progress, failing to make reasonable and appropriate use of
the Project real property, facilities, or equipment, or has failed to comply with the
terms of the Grant Agreement or Cooperative Agreement, the Federal
Govemment reserves the right to require CONTRACTOR to refund the entire
amount of Federal funds provided for the Project or any lesser amount as the
Federal Government may determine. Expiration of any Project time period
established for the Project does not, by itself, constitute an expiration or
termination of the Grant Agreement or Cooperative Agreement
I Termination for Convenience; CITY OF LODI may terminate this
contract, in whole or in part, at any time by written notice to the
CONTRACTOR. The CONTRACTOR shall be paid its costs,
including contract closeout costs, and profit on work performed up
Federal Clauses.doc
to the time of termination. The CONTRACTOR shall promptly
submit its termination claim to CITY OF LODI to be paid the
CONTRACTOR. If the CONTRACTOR has any property in its
possession belonging to CITY OF LODI, the CONTRACTOR will
account for the same, and dispose of it in the manner CITY OF
LODI directs.
Termination for Default: If the CONTRACTOR does not deliver
supplies in accordance with the contract delivery schedule, or, if the
contract is for services, the CONTRACTOR fails to perform in the
manner called for in the contract, or if the CONTRACTOR fails to
comply with any other provisions of the contract, CITY OF LODI
may terminate this contract for default. Termination shall be
effected by serving a notice of termination on the CONTRACTOR
setting forth the manner in which the CONTRACTOR is in default.
The CONTRACTOR will only be paid the contract price for supplies
delivered and accepted, or services performed in accordance with
the manner of performance set forth in the contract. If it is later
determined by CITY OF LODI that the CONTRACTOR had an
excusable reason for not performing, such as a strike, fire, or flood,
events which are not the fault of or beyond the control of the
CONTRACTOR, CITY OF LODI, after setting up a new delivery of
performance schedule, may allow the CONTRACTOR to continue
work, or treat the termination as a termination for convenience.
III. Termination for Cost -Type Contracts: CITY OF LODI may terminate
this contract, or any portion of it, by serving a notice of termination
on the CONTRACTOR, The notice shall state whether the
termination is for convenience of CITY OF LODI or is for the default
of the CONTRACTOR. If the termination is for default, the notice
shall state the manner in which the CONTRACTOR has failed to
perform the requirements of the contract. The CONTRACTOR shall
account for any property in its possession paid for from funds
received from CITY OF LODI, or property supplied to the
CONTRACTOR by CITY OF LODI. If the termination is for default,
CITY OF LODI may fix the fee, if the contract provides for a fee, to
be paid the CONTRACTOR in proportion to the value, if any, of the
work performed up to the time of termination. The CONTRACTOR
shall promptly submit its termination claim to CITY OF LODI and
the parties shall negotiate the termination settlement to be pald the
CONTRACTOR.
11, Government -wide Debarment and Suspension (Mon -procurement)
The CONTRACTOR agrees to comply, and assures the compliance of each third
party CONTRACTOR and SUBCONTRACTOR at any tier, with Executive Orders
Nos. 12549 and 12689, "Debarment and Suspension," 31 U S.C. § 6101 note,
Federal Clauuas.doc
and U.S. DOT regulations, "Government wide Debarment and Suspension (Non -
procurement)," within 49 C.F,R. Part 29,
12, Civil Rights
The following requirements apply to the underlying contract
Nont;lls(.rimwatign - In accordance with Title VI of the Civil Rights
Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age
Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section
202 of the Americans with Disabilities Act of 1990, 42 U,S.C. §
12132, and Federal transit law at 49 U.S.C. § 5332, the
CONTRACTOR agrees that it will not discriminate against any
employee or applicant for employment because of race, color,
creed, national origin, sex, age, or disability. In addition, the
CONTRACTOR agrees to comply with applicable Federal
implementing regulations and other implementing requirements
FTA may issue.
II. Ltt�, i F�_rn ic9yn>���it OphyrtU ty - The following equal employment
opportunity requirements apply to the underlying contract:
Rr�ceCol€�r E;reecLd. National Origin, Sex - In accordance with
Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e,
and Federal transit laws at 49 U.S.C. § 5332, the
CONTRACTOR agrees to comply with all applicable equal
employment opportunity requirements of U.S. Department of
Labor (U.S. DOL) regulations, "Office of Federal Contract
Compliance Programs, Equal Employment Opportunity,
Department of Labor," 41 C.F.R. Parts 60 et seq ., (which
implement Executive Order No. 11246, "Equal Employment
Opportunity," as amended by Executive Order No. 11375,
"Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 U.S.G. § 2000e note), and with
any applicable Federal statutes, executive orders, regulations,
and Federal policies that may in the future affect construction
activities undertaken in the course of the Project. The
CONTRACTOR agrees to take affirmative action to ensure that
applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, national
origin, sex, or age. Such action shall include, but not be limited
to, the following; employment, upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination;
rates of pay or other forms of compensation; and selection for
training, including apprenticeship. In addition, the
CONTRACTOR agrees to comply with any implementing
requirements FTA may issue.
Federal Clauses.doc
A - In accordance with section 4 of the Age Discrimination in
Employment Act of 1967, as amended, 29 U.S.C. § 623 and
Federal transit law at 49 U.S.C. § 5332, the CONTRACTOR
agrees to refrain from discrimination against present and
prospective employees for reason of age. In addition, the
CONTRACTOR agrees to comply with any implementing
requirements FTA may issue.
Disabilities - In accordance with section 102 of the Americans
with Disabilities Act, as amended, 42 U.S.C. § 12112, the
CONTRACTOR agrees that it will comply with the requirements
of U.S. Equal Employment Opportunity Commission,
"Regulations to Implement the Equal Employment Provisions of
the Americans with Disabilities Act," 29 C.F,R. Part 1630,
pertaining to employment of persons with disabilities. In
addition, the CONTRACTOR agrees to comply with any
implementing requirements FTA may issue.
III. The CONTRACTOR also agrees to include these requirements in
each subcontract financed in whole or in part with Federal
assistance provided by FTA, modified only if necessary to identify
the affected parties.
13. Breaches and Disputes
Disputes
Disputes arising in the performance of this Contract which are not
resolved by agreement of the parties shall be decided in writing by the
authorized representative of CITY OF LODI. This deofsion shall be final
and conclusive unless within ten (10) days from the date of receipt of its
copy, the CONTRACTOR mails or otherwise furnishes a written appeal to
CITY OF LODI. In connection with any such appeal, the CONTRACTOR
shall be afforded an opportunity to be heard and to offer evidence in
support of its position. The decision of CITY OF LODI shall be binding
upon the CONTRACTOR and the CONTRACTOR shall abide be the
decision.
Performance During Dispute
Unless otherwise directed by CITY OF LODI, CONTRACTOR shall
continue performance under this Contract while matters in dispute are
being resolved.
III. Claims for Damages
Should either parry to the Contract suffer injury or damage to person or
property because of any act or omission of the party or of any of his
Federal Clauses.doc
employees, agents or others for whose acts he is legally liable, a claim for
damages therefore shall be made in writing to such other party within a
reasonable time after the first observance of such injury of damage.
IV. Remedies
Unless this contract provides otherwise, all claims, counterclaims,
disputes and other matters in question between CITY OF LODI and the
CONTRACTOR arising out of or relating to this agreement or its breach
will be decided by arbitration if the parties mutually agree, or in a court of
competent jurisdiction within the State of California.
V. Rights and Remedies
The duties and obligations imposed by the Contract Documents and the
rights and remedies available thereunder shall be in addition to and not a
limitation of any duties, obligations, rights and remedies otherwise
imposed or available by law. No action or failure to act by CITY OF LODI
Architect or CONTRACTOR shall constitute a waiver of any right or duty
afforded any of them under the Contract, nor shall any such action or
failure to act constitute an approval of or acquiescence in any breach
there under, except as may be specifically agreed in writing.
14. Disadvantaged Business Enterprise (DBE)
This contract is subject to the requirements of Title 49, Code of Federal
Regulations, Part 26, Participation by Disadvantaged Enterprises in Department
of Transportation Financia! Assistance Programs. For Federal Fiscal Year
2014115 through 2016117, the overall -DBE -goal for City of Lodi FTA assisted
contracts is 2,75°/x. However, there is not a contract goal for this project,
Contract Assurance
The contractor shall not discriminate on the basis of race, color, national origin,
or sex in the performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and administration of
this DOT -assisted contract, Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as CITY OF LODI deems
appropriate. Each subcontract the contractor signs with a subcontractor must
include the assurance in this paragraph (see 49 CFR 26,13(b)),
Federal Glauses.doc
15. Prompt Payment
Pron iol Proweis l",-ommlent tq _3oN;Unlricfclr9
Attention is directed to the provisions in Federal Regulations (49 CFR 26,29) concerning payment
to subcontractors. The contractor shall make prompt and regular incremental acceptances of
portions, as determined by the CITY OF LODI, of the contract work and shall pay retainage to the
prime contractor based on these acceptances.
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than thirty (30) days from the receipt of each payment the
prime contractor receives from the CITY OF LODI, Any delay or postponement of payment from
the above referenced time frame may occur only for good cause following written approval of the
City of Lodi. This clause applies to both DBE and non -DBE subcontracts.
lronl al Payment of yMIllid d F11110s to Subcontractors
The prime contractor agrees to return retainage payments to each subcontractor within thirty (30)
days after the subcontractor's work is satisfactorily completed and accepted including incremental
acceptances of portions of the contract work by the CITY OF LODI, Federal Regulation (49 CFR
26.29) requires that any delay or postponement of payment from the above referenced time
frame may occur only for good cause following whiten approval of the CITY OF LODI, This
clause applies to both DBE and non -DBE subcontracts,
tv}onlh0rinq and 1=r1kwca unit
Violation of the City of Lodi's prompt payment and retainage provisions shall subject the violating
prime contractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of
the California Business Professions Code. This requirement shall not -be construed to limit or
impair any contractual, administrative, or judicial remedies, otherwise available to the contractor
or subcontractor in the event of: a dispute involving late payment or nonpayment by the
contractor; deficient subcontractor performance; and/or noncompliance by a subcontractor, This
clause applies to both DBE and non -DBE subcontractors.
16. Incorporation of FTA Terms
The preceding provisions include, in part, certain Standard Terms and Conditions
required by DOT, whether or not expressly set forth in the preceding contract
provisions, All contractual provisions required by DOT, as set forth in FTA
Circular 4220.1 F, dated November 1, 2008, are hereby incorporated by
reference. Anything to the contrary herein notwithstanding, all FTA -mandated
terms shall be deemed to control in the event of a conflict with other provisions
contained in this Agreement. The CONTRACTOR shall not perform any act, fail
to perform any act, or refuse to comply with any CITY OF LODI request, which
would cause CITY OF LODI to be in violation of the FTA terms and conditions,
Federal Cleusea.doc
SAMUOrolliSw°w~.RFP CERTIFICATIONS AND FORMS
p^''°'~ ^a^°
mQoALomptnvMswroppo*nUwnTCERTIFICATION
�^°~~°°. `' — ~
"~°^^*~,°,' ^�``"r"' . ~^~
"°— �
s*vetwe Kill
J if III
.'PI no O-P-140i 11-1 XaMw-
.."
`. ~~,"..^ . ' "°`. , ~^ "°^
r'^. . `,^ .,/" �~' ' "�~"°�^�`°"^
~.��
�.~ ~�. ~.'�� ��.."~.�P��...�
RESOLUTION NO. 2020-268
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE CONTRACT EXTENSION
NO. 3 TO THE PROFESSIONAL SERVICES AGREEMENT WITH
VALLEY OUTDOOR ADVERTISING, OF LODI, FOR TRANSIT
ADVERTISING SERVICES, AT NO COST TO THE CITY
WHEREAS, on September 16, 2015, Council authorized a Professional Services
Agreement with Valley Outdoor Advertising, of Lodi, for transit advertising services, at no cost to
the City; and
WHEREAS, on April 15, 2019, the City executed Contract Extension No. 1 to the
Professional Services Agreement and executed Contract Extension No. 2 on
September 4, 2019; and
WHEREAS, over the past five years, the City's revenue from transit advertising services
exceeded the guaranteed minimum of $105,000, over the entire term of the contract; and
WHEREAS, staff recommends authorizing the City Manager to execute Contract
Extension No. 3 to the Professional Services Agreement with Valley Outdoor Advertising, of
Lodi, for transit advertising services, at no cost to the City.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute Contract Extension No. 3 to the Professional Services
Agreement with Valley Outdoor Advertising, of Lodi, California, for transit advertising services,
at no cost to the City, thereby extending the term to September 30, 2021; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to
make minor revisions to the above -referenced document(s) that do not alter the compensation
or term, and to make clerical corrections as necessary.
Dated: November 18, 2020
I hereby certify that Resolution No. 2020-268 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held November 18, 2020 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Nakanishi, and Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
JENNIFE USMIR
City Clerk
2020-268