HomeMy WebLinkAboutAgenda Report - September 15, 2021 C-08AGENDA ITEM C a. 2
CITY OF LODI
z. COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute a Revenue Sharing
Professional Services Agreement with Valley Outdoor Advertising, of Lodi, for
Transit Advertising Services and Authorizing Public Works Director to Execute
Extensions
MEETING DATE:
PREPARED BY:
September 15, 2021
Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute a revenue
sharing Professional Services Agreement with Valley Outdoor
Advertising, of Lodi, for transit advertising services and authorizing
Public Works Director to execute extensions.
BACKGROUND INFORMATION: Since October 2015, the City of Lodi's Transit Division has
contracted out transit advertising services in order to increase
revenues for transit operations and capital projects. The
contracted services have included the solicitation, selling, contracting, design, installation,
administration, and maintenance of advertisements on buses, bus shelters and other transit facilities.
Because the current advertising contract with Valley Outdoor Advertising is set to expire September
30, 2021, the Transit division released a Request for Proposals (RFP) for Transit Advertising Services
on July 15, 2021. The RFP was advertised in the Lodi.gov bid section, on the Transit web page, on
the CalACT procurement website and through direct e-mails to eight known advertising firms. One
proposal was received by the August 5, 2021 deadline from Valley Outdoor Advertising.
The proposal was deemed responsive, and was evaluated based on several factors including the
proposer's qualifications, experience, and proposed revenue generated for the Transit Division. The
Transit Division's contractual relationship with Valley Outdoor Advertising over the years has proven
to be both advantageous and beneficial, with the Transit Division receiving an average of over
$37,000 in annual revenues. The revenue share and minimum guarantee proposed in their new
proposal is 35% higher than the previous contract. As shown in the chart below, the first year
minimum revenue guarantee is $33,750, and increasing to $45,000 in the second and third years. In
the fourth and fifth year, revenues to the City are guaranteed to be no less than $50,000 per year.
Staff recommends awarding the Transit Advertising Contract to Valley Outdoor Advertising, effective
October 1, 2021. The Agreement includes an initial three-year term with two one-year extension
options. Staff recommends authorizing the Public Works Director to execute the extensions, if
determined it is in the City's best interest.
Stephen—S Ms.
\\cvcfilv02\pubwks$\WP\PROJECTS\TRANSIT\Advertising\Lodi RFP 2021\CAward_Advertising 2021 doc 9/3/2021
Adopt Resolution Authorizing City Manager to Execute a Revenue Sharing Professional Services Agreement with Valley Outdoor Advertising, of Lodi, for Transit
Advertising Services and Authorizing Public Works Director to Execute Extensions
September 15, 2021
Page 2
FISCAL IMPACT: The proposed contract provides revenue for transit operations.
FUNDING AVAILABLE: Not applicable.
Charles E. Swimley, Jr.
Public Works Director
Prepared by Georgia Graham, Transportation Manager
CES/GG/jb
Attachment
cc Transportation Manager
Fleet Services Supervisor
Valley Outdoor Advertising
\\cvcfilv02\pubwks$\WP\PROJECTS\TRANSIT\Advertising\Lodi RFP 2021\CAward_Advertising 2021.doc 9/3/2021
Year 1
FY 2021/22
Year 2
FY 2022/23
Year 3
FY 2023/24
Year 4
FY 2024/25
Year 5
FY 20_25/26
Minimum
Guarantee
$33,750
$45,000
$45,000
$50,000
$50,000
City Revenue
Share
43%
43%
44%
45%
46%
FISCAL IMPACT: The proposed contract provides revenue for transit operations.
FUNDING AVAILABLE: Not applicable.
Charles E. Swimley, Jr.
Public Works Director
Prepared by Georgia Graham, Transportation Manager
CES/GG/jb
Attachment
cc Transportation Manager
Fleet Services Supervisor
Valley Outdoor Advertising
\\cvcfilv02\pubwks$\WP\PROJECTS\TRANSIT\Advertising\Lodi RFP 2021\CAward_Advertising 2021.doc 9/3/2021
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 20 by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and VALLEY OUTDOOR
ADVERTISING (hereinafter "CONTRACTOR").
Section 1.2 Purpose
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 OF SERVICES
Section 2.1 Scope of Services
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 Time For Commencement and Completion 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
1
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Sta_ _ ffin2
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, 2021 and terminates
upon the completion of the Scope of Services or on September 30, 2024, whichever
occurs first.
Section 2.7 Option to Extend Term of Agreement
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 Coin ;sensation
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 limitation, 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 Auditing
CITY reserves the right to periodically 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
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
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 Compliance
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 Responsibility for Damage
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 No Personal Liability
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 Requirements 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 Successors and Assiqns
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 4.8 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, or three (3) days from 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: Georgia Graham
To CONTRACTOR: Valley Outdoor Advertising
1920 Tienda Drive, Suite 203
Lodi, CA 95242
Attn: Mike Georguson
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
E
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 Confidentiality
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 Applicable Law, Jurisdiction, Severability, and Attorney'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
r7
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License 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 Captions
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 Terms 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 Severability
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 Ownership of Documents
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 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ 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.
Section 4.22 Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdF) or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
8
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER CUSMIR
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
IN
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
VALLEY OUTDOOR ADVERTISING
By: _
Name
Title:
MIKE GEORGUSON
Owner
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business Unit & Account No.)
Doc ID:
CA: Rev.08.2021.elecsign
9
Exhibit A Scope of Services (RFP)
Exhibit Al Valley Outdoor Advertising (Scope of Services/Technical Proposal)
Exhibit B Compensation Proposal Form
Exhibit Bl Estimated Five -Year Cash Flow
Exhibit C Insurance Requirement
Exhibit 1
SCOPE OF WORK
TABLE OF CONTENTS
Exhibit A
1.
OVERVIEW....................................................................................................................
3
2.
GENERAL REQUIREMENTS........................................................................................
3
3.
SPECIFIC REQUIREMENTS.........................................................................................
4
3.1.
Bus Advertisement Location...................................................................................
4
3.2.
Transit Facilities/Shelters........................................................................................
4
3.3.
Advertisement Material and Appearance...............................................................
4
3.4.
Advertisement Dimensions.....................................................................................
5
3.5.
Continuous Advertisement......................................................................................
7
3.6.
Restoration...............................................................................................................
7
3.7.
Fleet Size..................................................................................................................
7
3.8.
No Route Specific Advertisements.........................................................................
7
3.9.
Self-Promotion.........................................................................................................
7
3.10.
Advertisement Placement........................................................................................
7
3.11.
Defaced or Damaged Advertisements....................................................................
8
3.12.
Advertisement Limitations and Review..................................................................
8
3.13.
Transit Property Locations and Contractor Ingress & Egress .............................. 8
3.14.
Contractor's Work on CITY Property......................................................................
9
3.15.
Employee Conduct...................................................................................................
9
4.
CONTRACTOR RESPONSIBILITIES...........................................................................10
5.
CITY RIGHTS AND RESPONSIBILITIES.....................................................................12
6.
ASSESSMENT FOR NON-COMPLIANCE...................................................................12
7.
PAYMENT.....................................................................................................................12
8.
CHANGES IN SCOPE..................................................................................................13
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 1
Exhibit 1 - SCOPE OF WORK
1. OVERVIEW
This Scope of Work is designed to provide all parties involved information regarding the use of
CITY vehicles and passenger shelters for advertising and marketing. CITY considers this Scope
of Work as the information needed for proposing Contractors to present their qualifications, and
as the information needed for CITY and the successful Contractor to discuss in detail the actual
work to be performed as a result of this solicitation. The Scope of Work may be refined, edited,
modified, expanded, reduced, and otherwise changed through the negotiation process between
CITY and the successful Contractor to ensure that the final work to be performed is in the best
interest of CITY. CITY must approve all such changes. This Scope of Work shall serve as the
basis for subsequent negotiations between CITY and the successful Contractor to whom the
program is awarded.
CITY wishes to contract with an agency that utilizes a revenue -share model wherein a percentage
of the gross sales are shared with CITY. This is an industry -proven model for conducting business
and is the most mutually beneficial.
CITY intends for the selected agency to act as the sole agent regarding solicitation of advertisers,
selling and contracting to advertisers, marketing, negotiation, design, installation, and
maintenance and administration of advertisements. The selected agency will be responsible for
all costs incurred while conducting business (CITY will bear 0% of the cost).
CITY reserves the right to make changes in the location, time availability, and size of all vehicles.
Please note that in order to provide quality service to our passengers, vehicles may not be able
to operate on specific routes during all operating times; therefore, advertisements shall not be
route specific.
Passenger shelters will be available for installation of advertisements at all times; however, in
order to continue transit service, vehicles will only be available for installation and maintenance
during nights and weekends. The Contractor shall contact CITY staff prior to working on vehicles
or passenger shelters in order to coordinate and schedule all work. The Contractor will be
responsible for all actions of the Contractor's employees while they are on CITY property or
passenger shelter location and be subject to CITY security procedures.
Contracts with advertisers will be provided to CITY for record-keeping purposes.
CITY will maintain an exclusive relationship with the selected agency. No other advertising
agencies will be solicited for service during the term of the contract.
The selected firm must have proven experience in the field of advertising and as such be able to
provide at least three references with their proposal.
2. GENERAL REQUIREMENTS
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.
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 3
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, at no cost, 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.
The Contractor shall employ its best efforts to develop and make sales of advertising space and
shall operate an office facility and work force capable of ensuring 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.
3. SPECIFIC REQUIREMENTS
3.1. Bus Advertisement Location
Advertising will be permitted on the exterior left, right and rear sides of buses in configuration
sizes as specified in Exhibit 1 Attachment 1: Transit Vehicle List. 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 for bus exteriors, or on interior bus bulkhead paneling. Once approved by CITY, these
locations will become the standard locations for ad placement on transit property through the term
of the agreement.
3.2. Transit Facilities/Shelters
Proposed advertisement revenue for the CITY's eleven (11) bus shelters should be included in
Form 2 — Compensation Proposal Form. A location exhibit and detailed spec sheet, including
exact dimensions and advertisement panel layout, is available as Exhibit 1 Attachment 2:
Advertisement Panel Location & Specs.
3.3. 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:
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 4
I. Shall be free from wrinkles, blisters or similar defects
II. Shall be "squared" to the vehicle contour lines
III. Shall present a sharp and clear appearance
IV. In the case of half or tail wraps, the ad shall NOT continue around the corner onto an
advertised side. The half and tail wrap advertisement must be invisible to other sides
of the coach
3.4. 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 Attachment 1: Transit Vehicle List. 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 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.
(CONTINUED ON NEXT PAGE)
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 5
Standard Dimensions Table
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 84"
Traditional Tail
21" x 70"
Full Back
81" x 84"
I
Interior Panels (6 per bus)
Headliner Interior Panels
11" X 17"
Bus Shelters
Shelter advertisement display (x2 per shelter)
48" x 70"
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.
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 6
3.5. 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.
3.6. 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.
3.7. 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
Attachment 1. CITY reserves the right to make available additional vehicles, such as its cutaways,
for advertisement at any time.
3.8. 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.
3.9. Self -Promotion
The Contractor will not be allowed to engage in unpaid self -promotion without prior written
approval from CITY.
3.10. 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
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work
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.
II. Vinyl shall not be placed over any body moldings. Vinyl applied over body panel
seams shall be sliced and tucked into those seams.
III. Vinyl smaller than the allocated area shall be centered in the allocated area.
IV. Vinyl shall not be placed within one (1) inch of CITY's name or its logo.
3.11. Defaced or Damaged Advertisements
The Contractor shall develop and implement a fully staffed maintenance, cleaning, repair or
replacement program plus a Quality Control Program that ensures 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 48 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, and to make other repairs as necessary to vinyls 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.
3.12. Advertisement Limitations and Review
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 Exhibit 1 Attachment 3.
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 Exhibit 1 Attachment 1.
3.13. Transit Property Locations and Contractor Ingress & Egress
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 (MSC), 1331 S. Ham Lane, Lodi, California. The bus shelters are located
throughout CITY.
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 8
Contractor shall check-in before entering and check-out upon leaving CITY property with the
appropriate personnel and on -duty fleet maintenance supervisor.
Contractor shall provide reflective safety vests and company identification badges for its
employees to be worn at all times 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 MSC 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. Installation dates and times of advertising media shall be mutually coordinated with Fleet
and Transit availability.
3.14. Contractor's Work on CITY 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.
3.15. Employee 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 measures, CITY may deem the Contractor in breach of
its obligations under the Agreement. Contractor further covenants and agrees that in the exercise
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work
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.
4. CONTRACTOR RESPONSIBILITIES
a. The Contractor shall maintain a comprehensive sales plan, and shall aggressively market
their program to advance the sale of advertising space. A copy of the sales plan shall
be provided to the City.
b. A single representative shall be designated as the point of contact to answer any inquiries,
resolve any issues and be the general liaison for any business between the City and the
advertiser. Said person must be accessible during regular business hours and must
provide two telephone numbers for contact.
C. Contractor's representative shall be responsible for submitting all proposed advertising to
City for review, approval and/or disapproval. This review and subsequent feedback shall
take place within ten (10) business days after receipt unless extenuating circumstances
prevail.
d. The Contractor is responsible for the cost associated with preparation and delivery of
advertisements (may be passed to the client).
The Contractor shall coordinate the installation, removal, and maintenance of exterior and
interior advertising with transit staff. The ultimate responsibility for tracking the fleet rests
with the Contractor. CITY, by necessity, must retain the ability to move vehicles to
accommodate passengers' needs and maintenance requirements, and cannot assign
vehicles for advertising purposes.
Any advertisements used must be weather -appropriate and able to withstand heavy
winds, rain, hail, and prolonged sun exposure, so that installations that are displayed for
long periods of time will not negatively affect the image of CITY;
g. The Contractor shall reimburse the City for the cost of repairs to return all vehicles to
original state and condition when wraps/signage comes off. Any damages and/or
repainting shall be paid by the Contractor.
The Contractor has the right at all times during the term of the agreement, following
reasonable advance written notice, to the removal, change of location, modification or
refurbishment of any or all advertising. No advertising, once approved by the City, may
be removed by the City without advance written approval.
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 10
Contractor shall not self -promote on any transit property without express written consent
from the City.
The Contractor shall establish all rates and charges for the rental of advertising space on
transit property and facilities and must provide a copy of its rate sheet to the CITY.
k. The Contractor shall maintain, separately, all sales and financial records relating to each
account of the revenue -advertising program.
The Contractor shall maintain accurate sales report, providing a copy of each
contract. Monthly reports will be required of the Contractor featuring gross billing and net
billings, display types, total space available, total space sold, and total space traded or
bartered. Inventory reports will also be required monthly. These reports shall be provided
in conjunction with the monthly payments tendered by the Contractor to the CITY.
m. The Contractor shall be responsible for services that are in strict compliance with all
applicable laws and statutes of the United States, the State of California, ordinances,
regulations or resolutions of the CITY.
The Contractor shall furnish the City with copies of all signed contracts and
correspondence (including changes in price, lengths of contracts and cancellation notices)
within a month of their execution and prior to the advertising being installed.
o. The Contractor shall not pursue advertisements which fail to meet the City's advertising
policy (Exhibit 1 Attachment 3: Lodi Transit Advertising Policy).
The Contractor must ensure that advertisements are in good condition at all times. In
particular, the Contractor will be required to remove/repair any advertisements that have
been graffitied/defaced within 48 hours of being reported by CITY;
q. Contractor shall ensure all advertising be installed in a neat and professional manner.
Any material extended over the windows of buses must be transparent from the inside,
allowing passengers to see out;
S. The Contractor must receive written approval from CITY prior to removing any existing
logos, vinyl, or demarcations. The Contractor is responsible for any damages caused by
the installation or removal of advertisements or advertising materials. The Contractor shall
reimburse CITY for any damages to CITY property caused by the Contractor;
The Contractor must remove all dated advertising materials within five (5) calendar days
from date of expiration. Dated materials refers to advertising materials that are relevant to
a specific time period or relevant to an event that has been completed;
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 11
U_ Costs for the repair or replacement of advertising media must be covered by the proposing
Contractor;
v Advertisements must be aesthetically -sound and community appropriate. In this spirit, final
approval of advertisers and advertisements must be granted to CITY. CITY must be
granted the right of refusal before a contract is engaged vvith any and all advertisers;
W. CITY will look to the successful Contractor, after award of the program, to make
suggestions, offer options, and to be well prepared and knowledgeable about the needs
of the City to fully support CITY in planning and development of the program elements
throughout the program.
5. CITY RIGHTS AND RESPONSIBILITIES
All installation, unless otherwise arranged, shall be scheduled through the Transportation
Manager in conjunction with appropriate City maintenance staff.
2. CITY reserves the right to make changes in location, time availability, and size of all
vehicles.
3. CITY reserves the right to increase or decrease the hours of operation and the number
and frequency of routes at any time during the contract term. The number of vehicles in
the fleet may be modified as needed by CITY.
4. The City shall approve all advertising, exhibit material, announcements, or any other
communications displayed and/or exhibited on its transit property, according to the Lodi
Transit Advertising Policy (Exhibit 1 Attachment 3: Lodi Transit Advertising Policy).
5. The City reserves the right to use, without charge, unsold available advertising space for
the promotion of its transit service. A minimum of three (3) interior bus signs per bus may
be used by the City for its own use. The Contractor shall place and remove the City's
advertisements without charge. The City will be responsible for the production costs of
any advertising signs used for the City.
6. ASSESSMENT 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.
7. PAYMENT
Contractor shall make monthly payments to CITY. 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
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 12
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, as permitted by 'Proposal Compensation' section in RFP section 2.1.5.
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.
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: City of Lodi
Transit Division - Public Works Department
P.O. Box 3006
Lodi, California 95241-1910
8. CHANGES IN SCOPE
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.
Bus and Transit Amenity Advertisements RFP 2021-02
Exhibit 1 — Scope of Work 13
Exhibit Al
4.Technical Proposal
Valley Outdoor Advertising has been utilizing a revenue sharing plan with the CITY for almost 6
years. VOA has maximized revenue by using primarily local subcontractors, allowing us to
control our costs. We have paid revenue to the CITY based on the gross proceeds and have not
separated out the cost of artwork, production and installation from those proceeds. We have
considered separating out the costs, but have found that the local advertiser is comfortable with
a bottom line number.
Valley Outdoor Advertising is the sole agent of:
• soliciting advertisers
• selling and contracting to advertisers
• handling marketing negotiation
• managing design and installation of advertisements
• maintenance and administration of advertisements
• CITY bears 0% of cost
A. Detailed Work Plan
Valley Outdoor Advertising will continue to maximize revenue through a comprehensive sales
strategy that will focus on three separate types of advertisers:
• Local Sales - Direct sales targeted to small and medium size Lodi businesses. Goal 80% -
90% of revenue.
• San Joaquin County Sales - Direct sales efforts targeting Advertising Agencies, Stockton and
San Joaquin County businesses. Goal 10% - 20% 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 its proximity to larger towns, the majority of our sales have come
from local businesses. This is our preferred customer for a number of reasons, most specifically
Lodi businesses pay local taxes and feedback from the advertising is direct and measurable.
Small and medium sized Lodi businesses are very careful where they spend their advertising
dollars and business owners will continue to use Lodi Transit Ads as long as they are impactful.
We have been able to retain a number of the same businesses on the transit ads throughout the
6 years that the CITY has operated the Transit Advertising Program. Both Bus Shelters and Bus
Advertisements will continue to be competitively priced to allow local businesses to grow
alongside the growth of the Lodi Transit Ads.
Valley Outdoor Advertising - Grapeline RFP #2021-02 - Page 12
VOA has cultivated very good relationships with many of the businesses that are not presently
using Transit Ads in Lodi, but may be in the foreseeable future. We are also involved in many
local organizations and have utilized those relationships to expand sales. 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 modes of advertisement. Lodi has embraced the bus advertisements but
have been slower to utilize the bus shelters. We have had a steady stream of clients try the bus
shelters for short periods of time and for limited campaigns, but few have used them
consistently. We believe the combination of bus ads, bus shelter ads and billboards, along with
the continual reduction in newspaper coverage, no local radio or television ads, mixed results
utilizing the internet and a shortage of billboards will help strengthen this medium.
Below are a few of our local advertisers.
Danz Jewelers
Tokay Heating & Air
Fiesta Insurance
Vineyard Flooring
Classic Design
b) Regional Sales
California Urgent Care
City of Lodi Electric
City of Lodi Water
Lodi Montessori
Doors Plus
A&W
Baskin Robbins
Headwaters Kayak
Lodi is fairly isolated when it comes to advertising businesses. However, Lodi is considered part
of the Sacramento Region for California Ads. Stockton businesses are also trying to find ways to
increase their business share in the Lodi region and we are in a strong position to offer them
exposure in Lodi.
VOA has approached many regional advertisers such as San Joaquin Solid Waste and Bank of
Stockton but have not had measurable results due to limited budgets. We are presently being
considered for next years budget for Prime Time Ventures, Reach Public Health Advocates,
Cricket Wireless and Head Start of San Joaquin.
We have intentionally avoided marijuana and alcohol ads including wineries although we have
been approached by them.
c) National Sales
VOA has actively pursued and been rewarded with National advertising account relationships.
McDonalds is an example of a national firm that advertises with us on a seasonal basis. In our
experience, most national ads are short term and they are slow to pay. For that reason, we will
continue to pursue national sales on a limited basis. 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, New York City and Dallas that hopefully will resume
again this fall.
Valley Outdoor Advertising - Grapeline RFP #2021-02 - Page 13
B. Quality Control Program
VOA has provided all management of the advertising on the Lodi Transit system. We strive to
minimize the impact the installation has on bus shelters and buses. The timing of putting the
vinyls on the buses is completely at the discretion of the transit yard and we try to be as fluid as
possible to work with their schedule. Ron's Window Tinting has been installing vinyls on
vehicles and buildings for over 25 years and has created a good rapport with the transit yard.
a) Record Keeping, Reporting and Payments
VOA will continue to provide accurate contract administration necessary to fulfill the scope of the
RFP agreement as outlined.
VOA maintains records of installation, removal and certificates of audit for each display. All
pertinent information is recorded, including advertiser contract terms, and will keep the CITY
informed of the condition of the bus or shelter upon installation and removal.
Each advertiser is provided a posting and production report with photographs of the installed
advertisement.
b) Sales and Financial Reporting
Each month VOA provides a detailed sales report showing all billing accounts displayed by the
Grapevine Transit. The monthly report will include current advertisers, gross billings and net
revenue to the CITY.
c) Installation and Maintenance Procedures
1) VOA uses a 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.
A transit vehicle lives a hard life. A lower quality vinyl wrap peels at the edges more quickly, has
less color vibrancy, and is more difficult to install and remove. The results are unattractive
buses, unhappy advertisers and, potentially, added risk of damage to the bus due to the
temporary nature of the product.
Because we control the printing and installation process, we can control the quality. The
combination of a subcontractor both printing and installing the material means that if there is a
problem, it is very easy to determine who is at fault and who is responsible for resolving the
issue. The subcontractor has an inherent interest in doing the job right the first time. This is
especially so since the owner of the company is the person who installs the vinyl.
There have been major improvements in the types of vinyl installed on buses. Five years ago,
most bus ads were in frames and easily switched. Today, all bus ads are vinyl imprints, which
allow for more flexibility and better usage of space. We are presently using 3M Easy Release
Valley Outdoor Advertising - Grapeline RFP #2021-02 - Page 14
vinyl that lasts up to 3 years and as the name implies, are easily removed from the buses. We
still continue to change out the signs on an annual basis or less, but there is no marked
degradation on the advertising for much longer periods due to adverse weather and road
conditions.
For bus 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
view the shelters and buses daily, on an informal and formal basis. There has been quite a bit of
vandalism and graffiti to the bus shelters and we have tried to drive the shelters at least once a
week. We have replaced a number of the broken glass displays with plastic displays at our
expense.
2) 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 successfully complete an advertising cycle,
3) Maintaining Advertising Inventory
VOA maintains an up-to-date inventory record showing the current number of buses and
shelters available as well as the specific products that are displayed on each transit ad. The
advertising inventory record will include the effective contract dates for each display including
the expiration date for each contract.
4) Installation Scheduling
The City of Lodi as well as the Grape Line already have important functions. VOA has strived to
minimize the impact of the installation and removal of advertisements, We work closely with the
Grape Line to schedule bus installations and the best time to install ads at bus shelters.
C. Creative Ideas and Incentives
VOA is uniquely qualified to bring maximum return on Transit Ads in the City of Lodi. Since we
initially launched the Grapevine ads, we have seen a growth in the market that is reflected in the
growth of the community We are the only full-time, fully committed advertiser in Lodi who
specializes in the Lodi market and the Lodi brand. We make no apologies for being the home
team and we continue to take advantage of our contacts that we have made throughout the San
Joaquin Valley.
We are able to meet the needs of our customers by offering Transit Ads and billboards in a
single campaign, allowing them to expand their marketing reach and still balance their budgets.
We presently have 5 clients who are using both billboards and transit ads in Lodi (City of Lodi
Water, City of Lodi Electric Utility, Fiesta Insurance, California Urgent Care, andTokay Heating &
Air).
Valley Outdoor Advertising - Grapeline RFP #2021-02 - Page 15
The donation of some of our small billboards has been an effective tool to introduce transit ads
to existing customers.VOA is presently working with A&W on a new marketing campaign. Peter
Knight, the owner of A&W, has been a business associate of VOA's for a number of years, but
has been hesitant to advertise on the transit ads. We recently convinced him to buy 3 Bus Tail
ads for his restaurant and we are going to bonus him 2 6'x12' signs located in Lodi and
Woodbridge. We are confident that he will become a long term client and we are encouraging
him to look at the Bus Shelters for his next campaign.
Recently we added a 14'x 48' electronic sign located on Highway 99 between Moraga Way and
8 Mile Road to our marketing mix. This has given us another avenue to expand our clients'
advertising exposure. Sanborn Chevrolet, Michael David Winery and High Water Brewery are
some of our clients advertising on the sign and we have proposals to expand their business to
include transit in Lodi. (We are cognizant that we cannot place Michael David Winery on transit).
VOA also has a great relationship with many of the decisionmakers in Lodi and throughout the
county, which has afforded us an opportunity to influence our new clients' advertising directions.
Last year, we were approached by Rich Patane, the owner The Oxford, to help him navigate
through some of the City's requirements to open his restaurant. Pat Patrick from the Chamber of
Commerce, 2 of our city council members and the city staff helped him to overcome some of the
setbacks he was facing (it should be noted that these setbacks were primarily of his own doing).
Plans are to launch his new restaurant with a 2 Star Michelin Chef in Lodi this fall. Rich has
benefitted from VOA's sphere of influence and hopes to advertise on transit this fall.
Another creative idea was the use of city space to expand our advertisers needs. The City of
Lodi Electric has had ongoing campaigns involving CARE,Covid Incentives and the Utility Debt
Relief Program. We were able to expand their advertising reach on a limited budget by placing
ads inside and outside of the buses, on bus shelters and billboards and by donating 3 4' x 8'
signs that are strategically placed on City of Lodi property.
Valley Outdoor Advertising - Grapeline RFP #2021-02 - Page 16
D. Proposed Rates
2021 Commuter Rate Card
City of Lodi
Grapeline
'Ad Type
1 Month
*6 Months
**12 Months
Traditional King 30" x 104"
$450
$2565
$4860
Driver Side Half wrap 40" x 312"
$800
$4560
$8640
Traditional Queen 22" x 64"
$300
$1710
$3240
Curbside Half Wrap 32'x 300"
$525
$2993
$5670
Half Tail 34"x 84"
$400
$2280
$4560
Traditional Tail 21"x 70"
$300
$1710
$3240
Full Back 81"x 84"
$400
$2280
$4560
Interior Panels 11"x 17"
$180
$1026
$1944
Shelter Advertisement 48"x 70"
$250
$1425
$2700
* 5% discount for a 6 month
contract. **10% discount for a 1 year
contract.
2022 Commuter Rate Card
City of Lodi
Grapeline
Ad Type
1 Month i
6 Months
12 Months
Traditional King 30" x 104"
$475
$2675
$5040
Driver Side Half wrap 40" x 312"
$840
$4788
$9072
,Traditional Queen 22" x 64"
$315
$1795
$3402
Curbside Half Wrap 32'x 300"
$551
$3141
$5950
Half Tail 34"x 84"
$420
$2394
$4536
Traditional Tail 21"x 70"
$315
$1795
$3402
Full Back 81"x 84"
$420
$2394
$4536
Interior Panels 11"x 17"
$190
$1083
$2052
Shelter Advertisement 48"x 70"
$263
$1499
$2840
* 5% discount for a 6 month contract.
**10% discount for a 1
year contract.
Rates will be adjusted 5% per year each year of the contract. Local advertisers
are very cost
sensitive so we expect to outreach further into the community for new advertisers
Valley Outdoor Advertising - Grapeline RFP 42021-02 - Page 17
E. Conformance to the RFP
VOA can say with confidence that we will meet all of the terms and requirements of the
RFP as set forth by the CITY.
F. Proposal information that the contractor considers proprietary
VOA feels that the financial records are proprietary. We also believe that our client list
and the leads we have mentioned for future business should not be shared.
Valley Outdoor Advertising - Grapeline RFP #2021-02 - Page 18
Exhibit B
5. Proposal Compensation
A. Revenue -Share Percentage & B. Minimum Guarantee
Compensation Proposal Form
Transit Advertising Services
Year 1 Year 2 Year 3 Year 4 Year 5
FY 2021-22 FY 2022-23 FY 2023-24 FY 2024-25 FY 2025-26
Minimum
Guarantee $33,750 $45000 $45000 $50000 $50000
Revenue
Share 43% 43% 44% 45% 46%
Note- For FY 21/22 it is from the time of contract award to June 30-2022.
SIGNED: The undersigned certify that we sign this Price Proposal Form with full
and proper authorization to do so.
Valley Outdoor Advertising
Company ,N�aDme
Nnen Mike Georciuson.Owner
Signature, Printed Name, and Title
Valley Outdoor Advertising - Grapeline RFP #2021-02 -Page 19
Estimated Five Year City Of Lodi Cash Flow
Year 1 * Year 2 Year 3 Year 4
Busses:
King Ads 5% annual increase
Avg. Annual Occupancy Rate
King
Queen Ads 5% annual increase
Avg. Annual Occupancy Rate
Queen
Tail Ads 5% Annual Increase
Avg. Annual Occupancy Rate
Tail
Headliners 5% annual increase
Avg. Annual Occupancy Rate
Tail
Bus Shelters (11 shelters)**
Avg. Annual Occupancy Shelters
Gross Revenue
ActnRevenu-
Exhibit B1
Year
5
$32,400
$30,618
$32,149
$37,507
$39,382
100%
90%
90%
100%
100%
$21,600
$20,412
$21,433
$25,005
$26,255
100%
90%
90%
100%
100%
$21,600
$22,680
$23,814
$25,005
$26,255
100%
100%
100%
100%
100%
$2,160
$2,268
$2,381
$2,500
$2,625
100%
100%
100%
100%
100%
$26,400 $34,650 $43,659 $53,482 $60,168
40% 50% 60% 70% 75%
$104,160 $110,628 $123,436 $143,499 $154,685
43%
43%1
M
44%j
45%
i
*Oct 1, 2021 -June 30, 2022 - 75% of $45000
**Assumes all Bus Shelters are in working order
Valley Outdoor Advertising - Grapeline RFP #2021-02 - Page 20
Exhibit C
r
Ji
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Most Contracts
Not construction or reguiring i3rofessional liability)
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
Other Insurance Provisions:
(a) Additional_N_amed Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) Primary and Non -Contributory insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi -has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of thero dect
that it is insuring.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240.
Page 1 1 of pages Risk: rev. 3/1/2018
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in California The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Covera e
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
Q) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(1) Qualified Insurer(s)
All insurance required by the terms of this 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. Non -admitted
surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines
insurers (LESLI list) and otherwise meet City requirements.
Page 2 1 of 2 pages I Risk: rev. 3/1/2018
RESOLUTION NO. 2021-257
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
THE CITY MANAGER TO EXECUTE A REVENUE SHARING
PROFESSIONAL SERVICES AGREEMENT WITH
VALLEY OUTDOOR ADVERTISING, OF LODI, FOR TRANSIT
ADVERTISING SERVICES; AND FURTHER AUTHORIZING THE
PUBLIC WORKS DIRECTOR TO EXECUTE EXTENSIONS
WHEREAS,
transit advertising
projects; and
since October 2015, the City of Lodi's Transit Division has contracted out
services in order to increase revenues for transit operations and capital
WHEREAS, the contracted services have included the solicitation, selling, contracting,
design, installation, administration, and maintenance of advertisements on buses, bus shelters
and other transit facilities; and
WHEREAS, the current advertising contract with Valley Outdoor Advertising is set to
expire September 30, 2021, and the Transit Division released a Request for Proposals (RFP)
for Transit Advertising Services. One proposal was received by the deadline from Valley
Outdoor Advertising; and
WHEREAS, staff recommends authorizing the City Manager to execute a revenue
sharing Professional Services Agreement with Valley Outdoor Advertising, of Lodi, for transit
advertising services and authorizing the Public Works Director to execute extensions.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a revenue sharing Professional Services Agreement with
Valley Outdoor Advertising, of Lodi, California, for transit advertising services; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
Public Works Director to execute extensions; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. 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: September 15, 2021
I hereby certify that Resolution No. 2021-257 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held September 15, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
JENNIFER USMIR
City Clerk
2021-257