Loading...
HomeMy WebLinkAboutRFP - P792 ADVERTISING ON EXTERIOR AND INTERIOR OF BUSESREQUEST FOR PROPOSAL CITY OF FORT COLLINS ADVERTISING ON EXTERIOR AND INTERIOR OF BUSES PROPOSAL NO. P792 City of Fort Collins PROPOSAL DATE: FRIDAY, MAY 11, 2001, 3:00 p.m. (our clock) SERVICES AGREEMENT THIS AGREEMENT made and entered into this 1ST day of July, 2001, byand between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Outdoor Promotions, Inc., hereinafter referred to as "Contractor'. WITNESSETH: WHEREAS, the Contractor submitted to the City's May 112001, Request for Proposal No. P- 792, regarding sale of advertising space on the exterior and in the interior of Transfort Buses.; and WHEREAS, the Contractor has agreed to provide the exterior and interior Transfortbus advertising services for a term beginning July 1, 2001, through June 30, 2002 subject to reasonable conditions and restrictions upon said advertising as set forth herein; and WHEREAS, the City wishes to permit the Contractor to place advertising on and in Transfort buses under the terms of this agreement for the term hereof, subject to such conditions as are hereinafter specified. NOW, THEREFORE, in consideration of the mutual covenants and obligations herein expressed and other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, it is agreed by and between the parties hereto as follows: 1. Term of the Agreement This agreement shall be in effect for one (1) year with the option for renewal for four (4) consecutive one (1) year period unless terminated prior to that date by the City by written notice to Contractor at least six (60) days prior to the expiration of any annual term , or as otherwise hereinafter provided._ Notwithstanding the foregoing, and, upon mutual agreement of both parties, the Contractor and the City shall have the option, absent any default in his performance of the obligations hereunder, to renew this SA 10/97 1 agreement for five (5) additional one (1) year periods upon written notice from the City at least sixty (60) days prior to the above termination date or the date of termination of the first extended five year (5) year term, subject to approval of such extension by the City Council of the City and, provided, however, that the City may refuse to extend the Agreementifthe Gity in its sole discretion.-" GhQQses. 1. Scope of Service. The Service Provider agrees to provide the following services to at least the extent indicated, with such limitations as provided in this Agreement. a. Contractor agrees to make a =good faith-" effort to sell appropriate advertising space on the framed advertising areas of the exterior and interior of Transfort buses or other locations as specified by the City representative. Throughout the term of the Agreement, advertising must be sold on no less than eighty-five percent (85%) of all interior advertising spaces and no less than eighty-five percent (85%) on exterior advertising spaces on all Transfort buses, excluding advertising spaces reserved for the City. Contractor shall make are evey� use its best effort; to market a --combination packages (inside/outside advertising) on Transfort buses. b. At all times during the performance of this Contract, Contractor shall strictly adhere and conform to all applicable federal, state and local laws, rules, regulations, ordinances and orders that have been or may hereafter be established. c. Contractor agrees to be solely and completely responsible forthe fabrication, maintenance, repairs, and upkeep of all exterior and interior bus advertising panels to include the placement of all ads on Transfort buses and for removing outdated ads from buses and to deliver any such panels to the Transfort facility at 6570 Portner Road at least seven (7) Transfort working days prior to any contractual placement of advertising on any Transfort bus. d. Contractor agrees that all advertising shall be sold at the rates set forthon the rates sheet attached hereto as Exhibit "A" and incorporated herein by this reference. Contractor may not charge any rates or fees exceptas listed in Exhibit "A", attached hereto and incorporated herein by this reference, unless the City grants to Contractor express written permission to deviate from such rates. e. Contractor agrees to bear all costs relating to the arrangement for and preparation of bus advertising for Transfort buses. SA 10/97 2 f. Contractor is not subject to general restrictions regarding the use of color on advertising panels; provided, however, that the City reserves the right to review and approve or disapprove all advertising content, copy, design, and colors to be displayed in Transfort buses based on aesthetic considerations within the sole discretion of the City. g. The parties acknowledge that the City's objectives for the advertising program to be carried out through the performance of the Agreement are to: (1) generate revenue for the City through the placement of advertising on and in City -owned buses; (2) maintain a neutral position on political, religious and ideological matters; and (3) limit advertising to family -oriented products and services appropriate for citizens of all ages. Because the City's sale of advertising space is for the purpose of raising revenue, and not for the purpose of establishing a forum for public speech, the City reserves to itself the sole and advertising that proposes a legitimate commercial transaction and that will promote healthful, final authority as to whether proposed advertising is consistent with these objectives. All advertising in place during the term of this Agreement shall comply with this provision. Advertising that is determined by the City to be inconsistent with these objectives shall be removed immediately upon receipt of a written request for such removal by the Contractor. h. Contractor must provide to the City representative a copy of his City sales tax license and comply with all applicable sales and use tax regulations. i. Contractor shall pay for any and all space used by Contractor for any advertising purpose, and any such use must conform to all other requirements of the contract. Advertising hereunder may not include or constitute the following i. advertising that primarily conveys a political, religious, ideological or other non-commercial message; ii. advertising of alcohol or tobacco products; iii. advertising that promotes illegal activities or transactions; iv. advertising that is misleading or deceptive, or that constitutes a public nuisance; V. advertising of products or services available to adults only by law; vi. advertising of any product or service primarily related to sexual or violent activities or practices, or advertising of any product or service in a manner that is sexually suggestive or that displays or suggests violence or is inappropriate for minors; and SA 10/97 3 vii. any advertising reasonably determined to be inconsistent with the above -stated objectives of the advertising program. viii. advertising that is not in compliance with the City sign code 2. Payment. In consideration of the right to sell advertising on and in Transfort buses, the Contractor agrees: a. To remit to the City within ten (10) days after the end of each month throughout the term of the this Agreement an amount equal to Fifty One percent (51 %) of the gross revenues received by the Contractor during that period from advertising displayed on Transfort buses, to include an itemized invoice listing all companies and amounts they are paying. Contractor may adjust its gross revenues by subtracting fees paid to national account advertising agencies, provided, however, that no adjustment for any such fee may exceed Fiftateen percent (15%) of the quarterly gross revenues from the advertising account for which the fee is charged. b. To pay the City a minimum guaranteed amount for advertising under this Agreement of no less than Fifty Thousand Dollars ($50,000.), per contract yea t C. Contractor shall at all time during the term of this Contract maintain such detailed and accurate books and records as shall sufficiently and properly reflect all direct costs of any nature on the performance of this Contract, and shall utilize such bookkeeping procedures and practices as will reflect these costs. All books and records shall be subject, at any reasonable time, to inspection, audit or copying by City personnel, or such independent auditors or accountants as are SA 10/97 designated by the City. Contractor shall cooperate in the completion of any audits. Any adjustments required as a result of such audits, shall take place during the quarter in which the audit is conducted. SA 10/97 5 d. To allow to the City the use of five (5) interior advertising spaces per bus and ten (10) exterior bus advertising spaces at no cost to the City for the use of such spaces or for production and material cost, for advertising and public announcements at the City's discretion. 3. Insurance. The Contractor agrees to designate the City as an additional named insured upon a Commercial general liability insurance policy with not less than Five Hundred Thousand Dollars ($500,000) combined single limit coverage. Such general liability insurance shall remain in full force and effect during the term of this Agreement and any renewal thereof. The Contractor agrees to provide evidence of such liability insurance prior to the placement of any bus advertising pursuant to this agreement. 4. Conditions of the Agreement. It is further agreed by and between the City and the Contractor as follows: a. The Contractor shall neither assign any of the rights nor delegate any of the duties imposed upon him under the provisions of this Agreement without having first obtained the written permission of the City. b. This Agreement may not be enlarged, modified, or altered except in writing signed by the parties as amended hereto. C. No waiver of any breach of this Agreement shall be held or construed to be a waiver of any subsequent breach thereof. the Contractor. d. This Agreement shall not constitute an exclusive franchise for the benefit of e. In entering into this Agreement, Contractor acquires no status, rights, or benefits of an employee of the City. Furthermore, the Contractor shall be considered as an independent contractor and the City shall incur no liability due to the operations of the SA 10/97 1.1 Contractor. 5. Indemnification. To the extent authorized by law, the Contractor shall defend, Indemnify and hold the City free and harmless from and against any and all liabilities, demands, claims, damages, suits, judgements and decrees, and Court awards including costs, expenses and attorneys' fees, on account of injuries to or death of any person or persons or damage to any property arising out of or related to the Contractor's intentional or negligent acts, errors or omissions or that of its agents, officers, and employees, subcontractors or assignees, whether contractual or otherwise, during the performance of this Contract and pursuant to it terms. Nothing in this section shall be deemed to waive or otherwise limit the defenses available to the City pursuant to the Colorado Governmental Immunity Act or otherwise provided by law. 6. Notices. Notices permitted or required to be given shall be in writing and shall be deemed given upon personal delivery or upon deposit in the United States Mail, certified, return receipt requested, postage fully prepaid, addressed as follows or to such other address as the parties may designate from time to time by notice given in accordance with this paragraph: City: Rick Tensley, CPPB, Buyer City of Fort Collins PO Box 580 Fort Collins, CO 80522 7. Early Termination. Service Provider: Outdoor Promotions, Inc. 5724 South College Avenue Fort Collins, Colorado 80525 Attn: Gary Young, President a. In the event of any unresolved default or recurring defaults within 180 days of original default by the Contractor under the terms and conditions of this Agreement, the City may terminate this Agreement within thirty (30) days after written notice setting forth the nature of the SA 10/97 7 default is delivered to the Contractor. If this Agreement is terminated as herein provided, all rights of the Contractor shall become null and void. b. In the event that the City determines, for any reason whatsoever, to discontinue the use of City bus system vehicles for paid advertising, the City may terminate this Agreement by providing written notice to Contractor of such termination no fewer than sixty (60) days in advance of the date of termination, provided, however, that such event the Contractor shall be entitled to retain ninety percent (90%) of all revenues generated from advertising sold during the sixty (60) days just prior to such termination date. 8. Survival. To the extent necessary to carry out all of the terms and provisions hereof, the said terms, obligations and rights set forth herein, including Paragraph 5 , shall survive and shall not be affected by the expiration or termination of this Agreement. 9. Contract Documents, Entire Agreement. This writing, together with the exhibits attached hereto, constitutes the entire agreement between the parties, their officers, employees, agents and assigns and supersedes all prior agreements, understandings, warranties or promises between the parties hereto, whether written, spoken or implied from the conduct of the parties hereto; provided, however, that in the event the terms of such documents conflict, the requirements of this writing shall supercede any such previous documents. 10. Benefit. This Agreement is made for the sole and exclusive benefit of the parties and shall insure to the benefit of their respective survivors, heirs, personal representatives, successors and assigns. It is not made for the benefit of any third party. 11 Severability. In the event any covenant, condition or provision of this Agreement is held to be invalid by final judgement of any court of competent jurisdiction, the invalidity of such covenant, condition or provision shall not in any way affect any of the other covenants, conditions or provisions of this Agreement, provided that the validity of any such covenant, condition or SA 10/97 0 provision does not materially prejudice either party in its respective rights and obligations under the valid covenants, conditions or provisions of this Agreement. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed, in duplicate, as of the day and year first herein written. ATTEST: City Clerk Approved as to form: Assistant City Attorney CITY OF FORT COLLINS, COLORADO a municipal corporation By: James B. O'Neill II, CPPO Director of Purchasing and Risk Management Date: By: PRINT NAME CORPORATE PRESIDENT OR VICE PRESIDENT Date: ATTEST: (Corporate Seal) CORPORATE SECRETARY SA 10/97 9 TABLE OF CONTENTS Request for Proposal 1 page Scope of Work 2 pages Payment Form 1 page Proposal Submittals 1 page Review and Assessment Reference Evaluation 2 pages Professional Services Agreement (sample) 8 pages REQUEST FOR PROPOSAL CITY OF FORT COLLINS Providing Advertising On Exterior and Interior of Transfort Buses PROPOSAL NO. P-792 The City of Fort Collins Transfort is requesting proposals from qualified firms to provide the City with appropriate Advertising on the exterior and interior of designated Transfort buses and other City vehicles as may be directed by the City representative. Written proposals, seven (7) copies will be received at the City of Fort Collins' Purchasing Division, 256 West Mountain Avenue, Fort Collins, Colorado 80521. Proposals will be received before 3:00 p.m. Friday, May 11, 2001. (our clock), Proposal No. P-792. A copy of the Proposal may be obtained as follows: Call the Purchasing Fax -line, 970-416-2033 and follow the verbal instruction to request document #30792. (The proposal number must be preceded by 30 when using the Fax -line) 2. Download the Proposal from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/CITY_HALL/PURCHASING then via the Current Bids pushbutton. 3. Come by Purchasing at 256 W. Mountain Ave., Fort Collins, and request a copy of the Proposal. Questions regarding proposal submittal or process should be directed to Rick Tensley, CPPB, Buyer (970) 416-2247. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sin rely, ames B. O'Nei II, CPPO Direct r of Purchasing & Risk Management A EXHIBIT "A" SCOPE OF WORK Introduction: The City of Fort Collins Transfort is seeking proposals from qualified contractors to sell appropriate advertising space on the exterior and interior of designated Transfort buses, and other City vehicles as designated by the City, as well as, maintaining an effective advertising sales operation sufficient to support the capital and operating expenses of the program in accordance with all current applicable laws and regulations of the State of Colorado. Contractor shall submit percent of payment based on a 5 year contract with the option to renew for an additional 5 years. Also submit a minimum anticipated yearly dollar amount that you will pay Transfort in addition to your percentage of revenues. Contractor shall not contract for advertising beyond the limits of the contract with the City. Contractor must submit proofs of all proposed advertising to the City representative in advance, for written approval of content, design, size, and colors prior to being displayed on any interior/exterior of Transfort buses. The City reserves 5 interior bus spaces and 10 exterior bus spaces for advertising use by the City at no charge for the production of signs or the installation of signs. The Contractor will provide the following at its sole cost and expense and without any cost or expense to the City, materials and services to at least the extent indicated, with such limitations as provided in the specifications. Contractor will be solely and completely responsible for the maintenance, repairs, and upkeep of all exterior and interior advertising panels. I. GENERAL REQUIREMENTS for ADVERTISING a. At all times during the performance of this Contract, Contractor shall strictly observe and conform to all applicable federal, state and local laws, rules, regulations and orders that have been or may hereafter be established. b. Contractor shall be solely and completely responsible for the fabrication of bus advertising panels, both exterior and interior, and to deliver any such panels to the Transfort facility at 6570 Portner Road at least seven (7) Transfort working days prior to any contractual placement of advertising on any Transfort bus. There are currently 24 buses that use advertising. c. Current advertising frame sizes on buses are as follows: 10 7/8" X 24" Inside 2 1 " X 72" Outside 32" X 46" Outside 30" X 88" Outside 30" X 144" Outside SA 10/97 3 d. All work will be performed in compliance with all applicable current laws, rules and regulations and American Disabilities Act (ADA) of the State of Colorado. e. Contractor shall bear all costs relating to the arrangement for and preparation of bus advertising for Transfort buses. The Contractor shall be responsible for the placement of all advertising on Transfort buses and for removing outdated ads from buses. f. Contractor is not subject to general restrictions regarding the use of color on advertising panels however, the City reserves the right to review and approve or disapprove all advertising content, copy, design, and colors to be displayed in Transfort buses based on aesthetic considerations within the sole discretion of the City. g. Contractor shall bear all costs relating to the operation of the overall project. h. Contractor shall be solely and completely responsible for the content of all bus advertisements and is prohibited from displaying noncommercial advertising, with the exception of ads placed by Transfort, or the following types of commercial advertising: 1. Advertising that primarily conveys a political, religious, ideological or other non- commercial message; 2. Advertising of alcohol or tobacco products; 3. Advertising that promotes illegal activities or transactions; 4. Advertising that is misleading or deceptive, or that constitutes a public nuisance; 5. Advertising of products or services available to adults only by law; 6. Advertising of any product or service primarily related to sexual or violent activities or practices, or advertising of any product or service in a manner that is sexually suggestive or that displays or suggests violence or is inappropriate for minors; and 7. Any advertising reasonably determined to be inconsistent with the above -stated objectives of the advertising program. i. Contractor must provide to the City representative a copy of his City sales tax license and comply with all applicable sales and use tax regulations. j. Contractor shall pay for any and all space used by Contractor for any advertising purpose, and any such use must conform to all other requirements of the contract. II. COMPENSATION & PAYMENTS a. Contractor shall propose a compensation plan based on a flat rate for each unsold advertising space plus a percentage of gross monthly revenues collected from the sale of advertising. All cost shall be base on a five (5) year contract with an option to renew for an additional five (5) years. Also submit a minimum anticipated dollar amount you will pay Transfort in addition to your percentage of revenues. b. The Contractor shall remit to the City within ten (10) days after the end of each month a percentage (as stated in a. above) of the gross revenues received by the Contractor during such month from the advertising displayed on Transfort buses. Contractor may adjust its gross revenues by subtracting fees paid to national account advertising agencies, provided, however, that no adjustment for any such fee may exceed ten percent (10%) of the monthly gross revenue from the advertising account for which the fee is SA 10/97 IV. PAYMENT FORM PERCENTAGE OF GROSS REVENUE YOU WILL PAY TRANSFORT 5 YEARS % 10 YEARS MINIMUM YEARLY ANTICIPATED DOLLAR AMOUNT YOU WILL PAY TRANSFORT 5 YEARS $ 10 YEARS $ 2/9/00 4 V. PROPOSAL SUBMITTALS a. Attach a brief history of your company: how many years in this type of business, list and resumes of key personnel that will be involved with this contract. b. At least three current references that you are providing this type of service to with point of contact and telephone numbers. c. What other names your company has operated under. d. List three (3) similar projects (local or statewide) from last five years. include location, contact name, telephone number e. List current similar projects (local or state-wide) under contract include location, contact name, telephone number f. List of sub -contractors to be used for this project g. Submit a certificate of good standing to conduct business in Colorado h. Additional required information TYPE OF BUSINESS: CORP INDIVIDUAL PARTNERSHIP JOINT VENTURE —OTHER STATE of FORMATION BANK REFERENCES: ADDRESS: CONTACT: PHONE: WHAT OTHER NAME (S) HAS YOUR COMPANY OPERATED UNDER: HAVE YOU OR YOUR FIRM EVER FAILED TO COMPLETE ANY WORK AWARDED TO YOU? YES NO IF YES PLEASE EXPLAIN. HAS YOUR FIRM OR ANY PARTNERS OR OFFICERS EVER BEEN AN OFFICER OR PARTNER OF ANOTHER ORGANIZATION THAT FAILED TO COMPLETE A CONTRACT WITHIN THE LAST FIVE YEARS? YES NO IF YES EXPLAIN ARE YOU PRESENTLY OR IN THE PAST SEVEN YEARS BEEN A PARTY TO ANY LITIGATION WITH AN OWNER OR OTHER GOVERNMENT AGENCY? _YES NO IF YES PLEASE EXPLAIN HAS YOUR FIRM OR ANY PARTNERS OR OFFICERS EVER BEEN INVOLVED IN ANY BANKRUPTCY ACTION? YES NO IF YES EXPLAIN 2/9/00 5 REVIEW AND ASSESSMENT Professional firms will be evaluated on the following criteria. These criteria will be the basis for review of the written proposals and interview session. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING QUALIFICATION STANDARD FACTOR 2.0 Scope of Proposal Does the proposal show an understanding of the project objective, methodology to be used and results that are desired from the project? 2.0 Assigned Personnel Do the persons who will be working on the project have the necessary skills? Are sufficient people of the requisite skills assigned to the project? 1.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? 1.0 Motivation Is the firm interested and are they capable of doing the work in the required time frame? 2.0 Cost and Work Hours Do the proposed cost and work hours compare favorably with the project Manager's estimate? Are the work hours presented reasonable for the effort required in each project task or phase? 2.0 Firm Capability Does the firm have the support capabilities the assigned personnel require? Has the firm done previous projects of this type and scope? 2/9/00 6 Reference evaluation (Top Ranked Firm) The project Manager will check references using the following criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory. QUALIFICATION STANDARD Overall Performance Would you hire this Professional again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Professional responsive to client needs; did the Professional anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge a) If a study, did it meet the Scope of Work? b) If Professional administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively? 7