REQUEST FOR PROPOSALS Professional Consulting


[PDF]REQUEST FOR PROPOSALS Professional Consulting - Rackcdn.comd0a5726d3848a57dbf55-f9b6e4a1aac9d1d600e177fd0406dfb4.r4.cf2.rackcdn.com/...

0 downloads 170 Views 1011KB Size

REQUEST FOR PROPOSALS (RFP) 4-1512

PUBLIC INFORMATION MARKETING PROGRAMS

ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282

Key RFP Dates

Issue Date:

April 9, 2014

Pre-Proposal Conference Date:

April 16, 2014

Question Submittal Date:

April 21, 2014

Proposal Submittal Date:

May 7, 2014

Interview Date:

May 22, 2014

TABLE OF CONTENTS SECTION I: INSTRUCTIONS TO OFFERORS ...................................................... 1 SECTION II: PROPOSAL CONTENT .................................................................... 8 SECTION III: EVALUATION AND AWARD ......................................................... 14 EXHIBIT A: SCOPE OF WORK ........................................................................... 17 EXHIBIT B: COST AND PRICE FORMS.............................................................. 18 EXHIBIT C: PROPOSED AGREEMENT .............................................................. 19 EXHIBIT D: STATUS OF PAST AND PRESENT CONTRACTS FORM .............. 20 EXHIBIT E: LEVEL 2 SAFETY SPECIFICATIONS .............................................. 21

April 9, 2014

NOTICE OF REQUEST FOR PROPOSALS (RFP): 4-1512: “PUBLIC INFORMATION MARKETING PROGRAMS” TO: ALL OFFERORS FROM: ORANGE COUNTY TRANSPORTATION AUTHORITY The Orange County Transportation Authority (Authority) invites proposals from qualified consultants to develop and implement customer communication marketing programs for Authority's services. The budget for this effort is $150,000 for the initial two-year term. Proposals must be received in the Authority’s office at or before 2:00 p.m. on May 7, 2014. Proposals delivered in person or by a means other than the U.S. Postal Service shall be submitted to the following: Orange County Transportation Authority Contracts Administration and Materials Management 600 South Main Street, 4th Floor Orange, California 92868 Attention: Georgia Martinez, Senior Contract Administrator Proposals delivered using the U.S. Postal Service shall be addressed as follows: Orange County Transportation Authority Contracts Administration and Materials Management P.O. Box 14184 Orange, California 92863-1584 Attention: Georgia Martinez, Senior Contract Administrator Proposals and amendments to proposals received after the date and time specified above will be returned to the Offerors unopened. Firms interested in obtaining a copy of this RFP may do so by downloading the RFP from CAMM NET at www.octa.net/cammnet. i

All firms interested in doing business with the Authority are required to register their business on-line at CAMM NET. The website can be found at www.octa.net. From the site menu, click on CAMM NET to register. To receive all further information regarding this RFP 4-1512, firms and subconsultants must be registered on CAMM NET with at least one of the following commodity codes for this solicitation selected as part of the vendor’s on-line registration profile: Category: Marketing, Advertising & Media Services

Commodity: Audio / Video Production Services Complete Communications Marketing Services Copywriting Services Graphic Arts Design Services (Not Printing) Graphic Production Services Photography Services Video Production Web Page Graphic Design Mailing Services (Including Collating, Packaging, and Sorting) Language Translator/Interpreter Services Web Page Development & Management Services Printing and Related Services

Services (General)

Professional Services Printing & Reproduction Services

A pre-proposal conference will be held on April 16, 2014, at 10:30 a.m. at the Authority’s Administrative Office, 600 South Main Street, Orange, California, in Conference Room 103/104. All prospective Offerors are encouraged to attend the pre-proposal conference. The Authority has established May 22, 2014, as the date to conduct interviews. All prospective Offerors will be asked to keep this date available. Offerors are encouraged to subcontract with small businesses to the maximum extent possible.

ii

All Offerors will be required to comply with all applicable equal opportunity laws and regulations. The award of this contract is subject to receipt of federal, state and/or local funds adequate to carry out the provisions of the proposed agreement including the identified Scope of Work.

iii

RFP 4-1512

SECTION I: INSTRUCTIONS TO OFFERORS

Page 1

RFP 4-1512 SECTION I. INSTRUCTIONS TO OFFERORS A.

PRE-PROPOSAL CONFERENCE A pre-proposal conference will be held on April 16, 2014, at 10:30 a.m. at the Authority’s Administrative Office, 600 South Main Street, Orange, California, in Conference Room 103/104. All prospective Offerors are encouraged to attend the pre-proposal conference.

B.

EXAMINATION OF PROPOSAL DOCUMENTS By submitting a proposal, Offeror represents that it has thoroughly examined and become familiar with the work required under this RFP and that it is capable of performing quality work to achieve the Authority’s objectives.

C.

ADDENDA Any Authority changes to the requirements will be made by written addendum to this RFP. Any written addenda issued pertaining to this RFP shall be incorporated into the terms and conditions of any resulting Agreement. The Authority will not be bound to any modifications to or deviations from the requirements set forth in this RFP as the result of oral instructions. Offerors shall acknowledge receipt of addenda in their proposals. Failure to acknowledge receipt of Addenda may cause the proposal to be deemed non-responsive to this RFP and be rejected.

D.

AUTHORITY CONTACT All questions and/or contacts with Authority staff regarding this RFP are to be directed to the following Contract Administrator: Georgia Martinez, Senior Contract Administrator Contracts Administration and Materials Management Department 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 Phone: 714.560.5605, Fax: 714.560.5792 Email: [email protected]

E.

CLARIFICATIONS 1.

Examination of Documents Should an Offeror require clarifications of this RFP, the Offeror shall notify the Authority in writing in accordance with Section E.2. below. Should it be found that the point in question is not clearly and fully set forth, the

Page 2

RFP 4-1512 Authority will issue a written addendum clarifying the matter which will be sent to all firms registered on CAMM NET under the commodity codes specified in this RFP. 2.

3.

Submitting Requests a.

All questions, including questions that could not be specifically answered at the pre-proposal conference must be put in writing and must be received by the Authority no later than 5:00 p.m., on April 21, 2014.

b.

Requests for clarifications, questions and comments must be clearly labeled, "Written Questions". The Authority is not responsible for failure to respond to a request that has not been labeled as such.

c.

Any of the following methods of delivering written questions are acceptable as long as the questions are received no later than the date and time specified above: (1)

U.S. Mail: Orange County Transportation Authority, 550 South Main Street, P.O. Box 14184, Orange, California 92863-1584.

(2)

Personal Delivery: Contracts Administration and Materials Management Department, 600 South Main Street, 4th Floor, Orange, California 92868.

(3)

Facsimile: (714) 560-5792.

(4)

Email: [email protected]

Authority Responses Responses from the Authority will be posted on CAMM NET, no later than April 23, 2014. Offerors may download responses from CAMM NET at www.octa.net/cammnet, or request responses be sent via U.S. Mail by emailing or faxing the request to Georgia Martinez, Senior Contract Administrator. To receive email notification of Authority responses when they are posted on CAMM NET, firms and subconsultants must be registered on CAMM NET with at least one of the following commodity codes for this solicitation selected as part of the vendor’s on-line registration profile: Category: Marketing, Advertising & Media Services

Page 3

Commodity: Audio / Video Production Services Complete Communications Marketing

RFP 4-1512

Services (General)

Professional Services Printing & Reproduction Services

Services Copywriting Services Graphic Arts Design Services (Not Printing) Graphic Production Services Photography Services Video Production Web Page Graphic Design Mailing Services (Including Collating, Packaging, and Sorting) Language Translator/Interpreter Services Web Page Development & Management Services Printing and Related Services

Inquiries received after 5:00 p.m. on April 21, 2014 will not be responded to. F.

SUBMISSION OF PROPOSALS 1.

Date and Time Proposals must be received in the Authority’s office at or before 2:00 p.m. on May 7, 2014. Proposals received after the above-specified date and time will be returned to Offerors unopened.

2.

Address Proposals delivered in person or by a means other than the U.S. Postal Service shall be submitted to the following: Orange County Transportation Authority Contracts Administration and Materials Management (CAMM) 600 South Main Street, 4th Floor Orange, California 92868 Attention: Georgia Martinez, Senior Contract Administrator

Page 4

RFP 4-1512 Or proposals delivered using the U.S. Postal Services shall be addressed as follows: Orange County Transportation Authority Contracts Administration and Materials Management (CAMM) P.O. Box 14184 Orange, California 92863-1584 Attention: Georgia Martinez, Senior Contract Administrator Firms must obtain a visitor badge from the receptionist in the lobby of the 600 Building prior to delivering any information to CAMM. 3.

Identification of Proposals Offeror shall submit an original and 4 copies of its proposal in a sealed package, addressed as shown above in F.2. The outer envelope must show the Offeror’s name and address and be clearly marked as follows: “RFP 4-1512 Public Information Marketing Programs”

4.

G.

Acceptance of Proposals a.

The Authority reserves the right to accept or reject any and all proposals, or any item or part thereof, or to waive any informalities or irregularities in proposals.

b.

The Authority reserves the right to withdraw or cancel this RFP at any time without prior notice and the Authority makes no representations that any contract will be awarded to any Offeror responding to this RFP.

c.

The Authority reserves the right to postpone proposal openings for its own convenience.

d.

Proposals received and opened by Authority are public information and must be made available to any person upon request.

e.

Submitted proposals are not to be copyrighted.

PRE-CONTRACTUAL EXPENSES The Authority shall not, in any event, be liable for any pre-contractual expenses incurred by Offeror in the preparation of its proposal. Offeror shall not include any such expenses as part of its proposal.

Page 5

RFP 4-1512 Pre-contractual expenses are defined as expenses incurred by Offeror in: 1. 2. 3. 4.

H.

Preparing its proposal in response to this RFP; Submitting that proposal to the Authority; Negotiating with the Authority any matter related to this proposal; or Any other expenses incurred by Offeror prior to date of award, if any, of the Agreement.

JOINT OFFERS Where two or more firms desire to submit a single proposal in response to this RFP, they should do so on a prime-subcontractor basis rather than as a joint venture. The Authority intends to contract with a single firm and not with multiple firms doing business as a joint venture.

I.

TAXES Offerors’ proposals are subject to State and Local sales taxes. However, the Authority is exempt from the payment of Federal Excise and Transportation Taxes.

J.

PROTEST PROCEDURES The Authority has on file a set of written protest procedures applicable to this solicitation that may be obtained by contacting the Contract Administrator responsible for this procurement. Any protests filed by an Offeror in connection with this RFP must be submitted in accordance with the Authority’s written procedures.

K.

CONTRACT TYPE It is anticipated that the Agreement resulting from this solicitation, if awarded, will be a time and expense-price contract specifying fully burdened hourly rates and anticipated expenses for a two-year initial term and one, one-year option term for work specified in the scope of work included in the RFP as Exhibit A.

L.

CONFLICT OF INTEREST All Offerors responding to this RFP must avoid organizational conflicts of interest which would restrict full and open competition in this procurement. An organizational conflict of interest means that due to other activities, relationships or contracts, an Offeror is unable, or potentially unable to render impartial assistance or advice to the Authority; an Offeror’s objectivity in performing the Page 6

RFP 4-1512 work identified in the Scope of Work is or might be otherwise impaired; or an Offeror has an unfair competitive advantage. Conflict of Interest issues must be fully disclosed in the Offeror’s proposal. M.

CODE OF CONDUCT All Offerors agree to comply with the Authority’s Code of Conduct as it relates to Third-Party contracts which is hereby referenced and by this reference is incorporated herein. All Offerors agree to include these requirements in all of its subcontracts.

Page 7

RFP 4-1512

SECTION II: PROPOSAL CONTENT

Page 8

RFP 4-1512 SECTION II. PROPOSAL CONTENT A.

PROPOSAL FORMAT AND CONTENT 1.

Format Proposals should be typed with a standard 12 point font, double-spaced and submitted on 8 1/2” x 11” size paper, using a single method of fastening. Charts and schedules may be included in 11”x17” format. Proposals should not include any unnecessarily elaborate or promotional materials. Proposals should not exceed fifty (50) pages in length, excluding any appendices, cover letters, resumes, or forms.

2.

Letter of Transmittal The Letter of Transmittal shall be addressed to Georgia Martinez, Senior Contract Administrator and must, at a minimum, contain the following:

3.

a.

Identification of Offeror that will have contractual responsibility with the Authority. Identification shall include legal name of company, corporate address, telephone and fax number, and email address. Include name, title, address, email address, and telephone number of the contact person identified during period of proposal evaluation.

b.

Identification of all proposed subcontractors including legal name of company, contact person’s name and address, phone number and fax number, and email address; relationship between Offeror and subcontractors, if applicable.

c.

Acknowledgement of receipt of all RFP addenda, if any.

d.

A statement to the effect that the proposal shall remain valid for a period of not less than 120 days from the date of submittal.

e.

Signature of a person authorized to bind Offeror to the terms of the proposal.

f.

Signed statement attesting that all information submitted with the proposal is true and correct.

Technical Proposal a.

Qualifications, Related Experience and References of Offeror This section of the proposal should establish the ability of Offeror to satisfactorily perform the required work by reasons of: experience

Page 9

RFP 4-1512 in performing work of a similar nature; demonstrated competence in the services to be provided; strength and stability of the firm; staffing capability; work load; record of meeting schedules on similar projects; and supportive client references. Offeror to:

b.

(1)

Provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; and number of employees.

(2)

Provide a general description of the firm’s financial condition and identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede Offeror’s ability to complete the project.

(3)

Describe the firm’s experience in performing work of a similar nature to that solicited in this RFP, and highlight the participation in such work by the key personnel proposed for assignment to this project.

(4)

Identify subcontractors by company name, address, contact person, telephone number, email, and project function. Describe Offeror’s experience working with each subcontractor.

(5)

Provide as a minimum three (3) references for the projects cited as related experience, and furnish the name, title, address, telephone number, and email address of the person(s) at the client organization who is most knowledgeable about the work performed. Offeror may also supply references from other work not cited in this section as related experience.

Proposed Staffing and Project Organization This section of the proposal should establish the method, which will be used by the Offeror to manage the project as well as identify key personnel assigned. Offeror to: (1)

Identify key personnel proposed to perform the work and include major areas of subcontract work. Include the person’s name, current location, proposed position for this project, current assignment, level of commitment to that assignment,

Page 10

RFP 4-1512 availability for this assignment and how long each person has been with the firm. (2)

Furnish brief resumes (not more than two [2] pages each) for the proposed Project Manager and other key personnel that includes education, experience, and applicable professional credentials.

(3)

Describe the key personnel’s experience with the following:           

c.

Ektron content management system ASP.NET 3.5 framework HTML5 JQuery Marketing & Digital Marketing Campaign Development Email, Social Media and Mobile Marketing Strategy Development, Implementation and Optimization Print and Digital Creative Development, Design, Copywriting and Production Web and Mobile Design and Development Video Production Photography Printing and Fulfillment Services

(4)

Indicate adequacy of labor resources utilizing a table projecting the labor-hour allocation to the project.

(5)

Include a project organization chart, which clearly delineates communication/reporting relationships among the project staff.

(6)

Include a statement that key personnel will be available to the extent proposed for the duration of the project acknowledging that no person designated as "key" to the project shall be removed or replaced without the prior written concurrence of the Authority.

Work Plan Offeror should provide a narrative, which addresses the Scope of Work, and shows Offeror’s understanding of Authority's needs and requirements.

Page 11

RFP 4-1512 Offeror to:

d.

(1)

Describe the approach to completing the work specified in the Scope of Work. The approach to the work plan shall be of such detail to demonstrate the Offeror’s ability to accomplish the project objectives and overall schedule.

(2)

Outline sequentially the activities that would be undertaken in completing the services and specify who would perform them, and the hours anticipated for each member of the project staff.

(3)

Identify methods that Offeror will use to ensure quality control as well as budget and schedule control for the project.

(4)

Identify any special issues or problems that are likely to be encountered in this project and how the Offeror would propose to address them.

(5)

Offeror is encouraged to propose enhancements or procedural or technical innovations to the Scope of Work that do not materially deviate from the objectives or required content of the project.

(6)

Provide samples of campaigns including graphic design for similar projects. Samples should also include links to websites featuring these campaigns. Samples should be included with the original proposal and each proposal copy.

Exceptions/Deviations State any exceptions to or deviations from the requirements of this RFP, segregating "technical" exceptions from "contractual" exceptions. Where Offeror wishes to propose alternative approaches to meeting the Authority's technical or contractual requirements, these should be thoroughly explained. If no contractual exceptions are noted, Offeror will be deemed to have accepted the contract requirements as set forth in Exhibit C.

4.

Cost and Price Proposal As part of the cost and price proposal, the Offeror shall submit proposed pricing to provide the services as described in Exhibit A, Scope of Work. The Offeror shall complete the "Price Summary Sheet" form included with this RFP (Exhibit B), and furnish any narrative required to explain the prices quoted in the schedules. It is anticipated that the Authority will issue a time and expense-price contract specifying fully burdened labor rates and anticipated expenses to complete the Scope of Work. Page 12

RFP 4-1512

5.

Appendices Information considered by Offeror to be pertinent to this project and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Offerors are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials. Appendices should be relevant and brief.

B.

STATUS OF PAST AND PRESENT CONTRACTS FORM Offeror shall identify the status of past and present contracts where the firm has either provided services as a prime contractor or a subcontractor during the past five (5) years in which the contract has ended or will end in a termination, settlement, or litigation. A separate form must be completed for each contract you identify. Each form must be signed by the Offeror confirming that the information provided is true and accurate. Offeror is required to submit one copy of the completed form(s) as part of its proposals and it should be included in only the original proposal.

Page 13

RFP 4-1512

SECTION III: EVALUATION AND AWARD

Page 14

RFP 4-1512 SECTION III. EVALUATION AND AWARD

A.

EVALUATION CRITERIA The Authority will evaluate the offers received based on the following criteria: 1.

Qualifications of the Firm

30%

Technical experience in performing work of a closely similar nature; experience working with public agencies; strength and stability of the firm; strength, stability, experience and technical competence of subcontractors; assessment by client references. 2.

Staffing and Project Organization

20%

Qualifications of project staff, particularly key personnel and especially the Project Manager; key personnel’s level of involvement in performing related work cited in "Qualifications of the Firm" section; logic of project organization; adequacy of labor commitment; concurrence in the restrictions on changes in key personnel. 3.

Work Plan

30%

Depth of Offeror's understanding of Authority's requirements and overall quality of work plan; logic, clarity and specificity of work plan; appropriateness of resource allocation among the tasks; reasonableness of proposed schedule; utility of suggested technical or procedural innovations. 4.

Cost and Price

20%

Reasonableness of the total price as well as the individual tasks; competitiveness with other offers received; adequacy of data in support of figures quoted. B.

EVALUATION PROCEDURE An evaluation committee will be appointed to review all proposals received for this RFP. The committee is comprised of Authority staff and may include outside personnel. The committee members will evaluate the written proposals using criteria identified in Section III A. A list of top ranked proposals, firms within a competitive range, will be developed based upon the totals of each committee members’ score for each proposal. Page 15

RFP 4-1512

During the evaluation period, the Authority may interview some or all of the proposing firms. The Authority has established May 22, 2014, as the date to conduct interviews. All prospective Offerors are asked to keep this date available. No other interview dates will be provided, therefore, if an Offeror is unable to attend the interview on this date, its proposal may be eliminated from further discussion. The interview may consist of a short presentation by the Offeror after which the evaluation committee will ask questions related to the firm’s proposal and qualifications. At the conclusion of the proposal evaluations, Offerors remaining within the competitive range may be asked to submit a Best and Final Offer (BAFO). In the BAFO request, the firms may be asked to provide additional information, confirm or clarify issues and submit a final cost/price offer. A deadline for submission will be stipulated. C.

AWARD The Authority may negotiate contract terms with the selected Offeror prior to award, and expressly reserves the right to negotiate with several Offerors simultaneously and, thereafter, to award a contract to the Offeror offering the most favorable terms to the Authority. The Authority reserves the right to award its total requirements to one Offeror or to apportion those requirements among several Offerors as the Authority may deem to be in its best interest. In addition, negotiations may or may not be conducted with Offerors; therefore, the proposal submitted should contain Offeror's most favorable terms and conditions, since the selection and award may be made without discussion with any Offeror. The selected offeror will be required to submit to the Authority’s Accounting department a current IRS W-9 form prior to commencing work.

D.

NOTIFICATION OF AWARD AND DEBRIEFING Offerors who submit a proposal in response to this RFP shall be notified via CAMM NET of the contract award. Such notification shall be made within three (3) business days of the date the contract is awarded. Offerors who were not awarded the contract may obtain a debriefing concerning the strengths and weaknesses of their proposal. Unsuccessful Offerors, who wish to be debriefed, must request the debriefing in writing or electronic mail and the Authority must receive it within seven (7) business days of notification of the contract award.

Page 16

RFP 4-1512

EXHIBIT A: SCOPE OF WORK

Page 17

RFP 4-1512 EXHIBIT A SCOPE OF WORK OCTA and BUS PUBLIC INFORMATION MARKETING PROGRAMS INTRODUCTION The Orange County Transportation Authority (OCTA) was formed in June 1991 to address ongoing transportation needs in Orange County. The concept behind OCTA was to create one agency to develop and implement transportation programs designed to reduce traffic congestion and improve air quality. OCTA’s countywide bus system operates 77 routes, including local fixed route, community routes, intracounty express, intercounty express and Stationlink Metrolink rail feeder service. Daily boardings average 1,680,000 on weekdays, 91,000 on Saturdays and 73,500 on Sundays. The goal of the OCTA and Bus Public Information Marketing Program is to keep the general public and stakeholders informed about OCTA’s programs, as well as to provide general, baseline communications that are necessary to provide current OCTA bus riders, as well as potential new riders, basic bus related information, which will allow them to navigate OCTA’s bus system. OCTA is looking for a full-service design firm (CONSULTANT) to partner with to assist in the development and implementation of these core baseline programs and will be providing some, or all, of the following services to accomplish these goals:     

Marketing & Digital Marketing Campaign Development, Management and Optimization Email, social media, and mobile marketing strategy development, implementation, and optimization Print and digital creative development, design/copywriting and production Web and video design and production Photography, collateral production, printing, distribution, and specialty printing

BACKGROUND OCTA currently has special programs in place for youth, students, employers, and seniors with a strong online communications infrastructure in place to maintain and facilitate these programs and provide an effective platform for dissemination of bus information and promotions. Riding the bus remains affordable with competitive pricing that includes paying as you go ($2 per boarding or $5 for an onboard day pass), or purchasing a multi-day bus pass for costs savings. OCTA has built a strong retail pass network providing customers easy access to pass purchasing, which includes all Orange County Ralphs, Vons, Pavilions, and Northgate (Hispanic) markets, and will add Albertsons and CVS stores by mid-2014. Ongoing customer education programs are necessary to provide awareness and use of services provided by OCTA to enhance the bus riding experience and create a positive perception of bus riding, as well as help efficiencies in bus operations and cost savings to the Customer Information Center (CIC) as described below. The CONSULTANT will be responsible for maintaining the following customer communication programs: 

General Baseline Communications General communications such as How to Ride the Bus, Cost of Riding the Bus, Where to Buy Bus Passes, How to Use the Bike Rack, Fare Evasion, as well as customized information for target markets (seniors, youth).

1

RFP 4-1512 EXHIBIT A 

Safety & Security Develop educational materials on bus riding safety and security measures.



Digital Communications Tools Provide educational materials to customers about the various digital tools available (ebusbook, text4next, text4alert, email and social media), which provide bus service information. Increasing use of digital tools helps reduce customers need to call the CIC. In addition to ongoing communication about existing digital tools, new tools will be developed and promoted (find my bus).



Retail Pass Sales To increase pass sales, and help alleviate dwell time associated with onboard cash sales, a two-tiered Pass Sales Education Program needs to be maintained to convert cash paying customers into pass sales customers. This program will provide a “push” program educating customers on the benefits of using pre-paid passes (5Rides Pass, Holiday Pass Sales and Jingle Pass Sales Event) and a “pull” program providing retail outlets (Ralphs, Vons, Pavilions, Northgate) with point of purchase materials promoting the sales of OCTA bus passes.



Targeted Pass Sales In addition to the suite of pre-paid passes, OCTA provides a variety of passes for targeted markets: EPass, UPass, CPass and Summer Youth Pass. Awareness of these programs is necessary to increase use of these special pass programs.



Reduced Fare Identification (RFID) Awareness As part of OCTA's bus riding policy, when boarding a bus with a Senior Bus Pass, bus customers must show proof of age identification with valid driver’s license, California DMV ID card, Medicare card or OCTA senior RFID card. In efforts to provide education and awareness of this requirement, the CONSULTANT will help develop and execute a Senior Pass Education and RFID Outreach Program targeting seniors.

Target Markets The following markets have been identified as target markets for the OCTA and Bus Public Information Programs:  Current riders  General public  Employers/employees  Youth market – middle school, high school  Students – university and college students  Senior market (60+ years)  Hispanic market  Asian market Goals and Objectives The primary goals and objectives of the OCTA and Bus Public Information Marketing Programs are to:  Educate and inform current and potential new customers about how to ride bus transit in Orange County,  Create awareness and positive perception of bus service,  Encourage trial and repeat use of the bus,  Stimulate sales of pre-paid fare media,  Communicate our messages in several languages based on demographics and specific targets, primarily English and Spanish,

2

RFP 4-1512 EXHIBIT A 

Improve customer awareness of services and satisfaction levels.

SCOPE OF SERVICES As the demographics and communication behaviors in Orange County residents continue to change, marketing OCTA’s services is becoming increasingly complex. In an effort to address these changes and develop effective communications, OCTA is planning to retain a full-service design firm to perform various marketing activities. Firms proposing as a prime contractor are encouraged to collaborate with sub-contractors to deliver the services set forth in the following areas: 

Marketing & Digital Marketing Campaign Development, Management and Optimization Each campaign should include, but not be limited to, the following components to aid in driving traffic, building brand awareness, and increase ridership and sales:  Campaign goals development and effectiveness tracking  Identifying target audiences and providing insight to customer behavior  Developing key campaign messaging and potential offers for campaign success  Developing strategy for reaching and engaging target audiences  Developing mixed media campaign consisting of traditional and online media



Email, Social Media and Mobile Marketing Strategy Development, Implementation and Optimization Research, develop and propose new and innovative digital marketing strategies and tactics through email, social media, and/or mobile to help OCTA retain current customers and acquire new customers. Execute a successful agile marketing plan to improve performance and return on investment. Provide systematic solution to implement, manage and optimize social media platforms as well as analytics to maximize public interaction and engagement.



Print and Digital Creative Development, Design, Copywriting and Production Create strategic and innovative design theme and message that resonate with campaign target audiences in both online and print formats. Be able to respond quickly to execute creative development through design, copywriting, and production in a timely manner to meet the project deadlines. Firm shall have the ability to produce, deliver, or accept files from the following software: – Adobe Creative Suite 5 (including Photoshop, Illustrator, InDesign) – High resolution PDF – Microsoft Office (Word, Excel, PowerPoint) – Ability for FTP electronic file transfer



Web and Mobile Design and Development To assist in web design and execution as necessary, CONSULTANT should have proficiency with web design, development, testing and deployment, as well as experience with the Ektron content management system, ASP.NET 3.5 framework and advance front-end technologies, such as HTML5 and JQuery.



Video Production Produce campaign videos for digital and television viewing, to include treatments, script development, casting, filming (using professional equipment and post production), editing, sound mixing, musical scoring and titling, as well as delivery of working files and full-resolution final cuts.

3

RFP 4-1512 EXHIBIT A 

Photography Provide original photography services to support approved marketing plans to showcase OCTA’s products and services in a favorable and imaginative way. Photography support should include selection and management of paid models, the ability to provide studio shots on seamless, interior building and/or bus shots including people and location shots showcasing various buses. Buses will either be static or moving.



Printing and Fulfillment Services Various types of printing projects will require production, distribution, installation and/or removal during the course of this contract term, based on the approved marketing plan developed. Prior to release of all projects for print, a formal estimate will be received and approved by OCTA’s project manager. CONSULTANT or CONSULTANT’s subcontractor should have the following minimum requirements:  1- to 6-color lithographic printing  Digital variable data printing capability, which would include multiple areas of unique information on various sides/pages of the document  Standard turnaround on print jobs shall be 5 working days; maximum turn on any one project would be no more than 10 business days from receipt of digital mechanical to delivery.  Ability to turn rush jobs in 72 hours or less when needed  Ability to print and distribute direct mail projects from door hangers to variable data in-home delivery with quantities ranging from 30,000 – 120,000  Ability to provide mail house services such as distribution of mailed direct mail print pieces, receipt and fulfillment of direct mail offers, procure mailing lists, input customer survey data (data processing)  Ability to produce, deliver or accept files from the following software:  Adobe Creative Suite 5 (including Photoshop, Illustrator, InDesign)  High resolution PDF  Microsoft Office (Word, Excel, PowerPoint)  Ability for FTP electronic file transfer The specifications listed below are similar in nature to the types of projects that may be produced. For comparison purposes, Offeror shall provide both pricing for the below projects and samples similar to the type of work the Offeror and/or subcontractor has performed. This list does not constitute the actual printing projects that will be required under this contract. All projects will require an approved, signed estimate based on the project specifications. Traditional Lithographic Printing Ride Guide Flat Size: 12”w x 16.5”h Folded Size: 6”w x 8.25”h Pages: 4 pages with one fold, 8 pages opened Quantity: 36,000 Color: 5/5 (4c + aqueous) Stock: 100# Endeavor Gloss Book Proofs: Digital Color Bindery: Trim, fold, carton pack and deliver to Santa Fe Springs, CA

4

RFP 4-1512 EXHIBIT A Promotional Interior Card Finished Size: 11”h x 24”w Pages: 1 Quantity: 750 or 1500 cards Color: 4/0 with bleeds all edges Stock: .018 C1S Card Stock Proofs: Digital Color Bindery: Trim to size, carton pack and deliver to Los Alamitos, CA Tri Fold Brochure Flat Size: 8.5 x 11”, two regular parallel folds, with singe perforation on right fold Finished Size: 3.6” x 11” Pages: 6 panels, two sides Quantity: 20,000 Color: 5/5 (4c + aqueous) Stock: 80# endeavor matte cover Proofs: Digital Color Bindery: Trim to size, score, two regular parallel folds, with perforation on right fold, carton pack, deliver to Santa Ana. Specialty Printing Specialty printing for specific programs may include, but are not limited to, bus exterior advertising, kiosk signage, and vinyl banners. These advertisements shall be printed using specifications identified in the scope of work, installed, and removed on an asneeded basis. Bus advertising size specifications  Full Bus Wrap (See attached templates for size specifications for CNG and LNG style)  Tail Wrap – 96”h x 100”w  Tail Poster – 21”h x 72”w  King Poster – 30”h x 144”w  Kong Poster – 36”h x 226”w  Headliner – 14”h x 372”w  Ultra Super King – 96”h x 264”w  Ultra Square – 96”h x 112”w  Michelangelo – 48”h x 24”w Material Specifications for bus advertising graphics:  Exterior materials for application to body paint: – 3M 3555 Scotch Cal film – 3M 8519 Scotch Cal over laminate 

Exterior materials for application to windows: – 3M 8671 Perforated window film – 3M 8914 Scotch Cal over laminate

5

RFP 4-1512 EXHIBIT A PROJECT MANAGEMENT OCTA’s Marketing Program Administrator will be the key contact for the CONSULTANT and will direct the CONSULTANT’s work efforts. The CONSULTANT will be responsible for implementing the services described in this Scope of Work under the direction of the OCTA Marketing Program Administrator. The Marketing Program Administrator will form, and be a part of, an internal project team to assist in providing project direction. CONSULTANT shall designate a project manager to coordinate all marketing activities. The project manager will be permanently assigned in this capacity for the duration of the contract period. The project manager shall have the authority to make commitments and decisions that are binding to the selected firm. Any changes to CONSULTANT’s personnel under this project shall be subject to OCTA’s written approval. CONSULTANT will invoice OCTA for services rendered on a monthly basis. CONTRACT PERIOD The initial contract period will be for two years – July 1, 2014 through June 30, 2016.

6

RFP 4-1512

EXHIBIT B: COST AND PRICE FORMS

Page 18

RFP 4-1512 EXHIBIT B

PRICE SUMMARY SHEET SCHEDULE OF FEES SCHEDULE I --- HOURLY RATE SCHEDULE Enter below the proposed hourly rate(s) to perform work described in the Scope of Work, Exhibit A. Prices shall be fully burdened rates to includes all overhead costs, general, administrative and profit. Understanding that firms have different titles for specific job functions, please see Attachment A to Exhibit A entitled “Definitions of Job Functions” for a list of descriptions for each job function as defined by OCTA and provide the hourly rates below. Initial Term Hourly Rate(s) 7/1/14 - 6/30/16

Option Term Hourly Rate(s) 7/1/16 - 6/30/17

Account Manager

$__________

$__________

Account Coordinator

$__________

$__________

Creative Director

$__________

$__________

Art Director

$__________

$__________

Production Manager

$__________

$__________

Traffic Manager

$__________

$__________

Concept Development

$__________

$__________

Design & Layout

$__________

$__________

Computer Production

$__________

$__________

Photo Manipulation/Retouching

$__________

$__________

Illustration

$__________

$__________

Copywriter

$__________

$__________

Proofreader

$__________

$__________

Web Designer

$__________

$__________

Web Programmer

$__________

$__________

Photo/Video Supervision

$__________

$__________

Photographer

$__________

$__________

Videographer

$__________

$__________

Accounting / Billing Clerk

$__________

$__________

Job Function

RFP 4-1512 EXHIBIT B LITHOGRAPHY PRINT Description

Quantity

Ride Guide Promotional Interior Card Promotional Interior Card Trifold Brochure

Cost per Thousand

36,000 750 1,000 20,000

Total Cost

NA NA

BUS ADVERTISING GRAPHICS Description Full Wrap – LNG bus (include front of bus) Full Wrap – CNG bus (include front of bus, but not tail wrap) Tail Wrap Tail Poster King Poster Kong Poster Headliner Ultra Super King Ultra Square Michelangelo

Quantity

Production Cost

Installation Cost

Removal Cost

NA NA NA NA

NA NA NA NA

NA

NA

1 1 1 1 1 1 1 1 1 1

SCHEDULE II ---- OTHER DIRECT COSTS SCHEDULE Type of ODC Quantity Unit Rate Budget Amount 1. 2. 3. 4. 5. 6. 7. 8. Additional ODC required and authorized by the Authority but not included in this Agreement will be reimbursed either (a) “At Cost” OR (b) up to the applicable Current Rate listed in this Schedule II, whichever is less. Supporting documentation must accompany invoice.

RFP 4-1512 EXHIBIT B 1. I acknowledge receipt of RFP 4-1512 and Addenda No.(s) _____ 2. This offer shall remain firm for ____________ days from the date of proposal (Minimum 120) COMPANY NAME

_______________________________

ADDRESS

_______________________________

TELEPHONE

_______________________________

E-Mail:

_______________________________

SIGNATURE OF PERSON AUTHORIZED TO BIND OFFEROR

_______________________________

SIGNATURE'S NAME AND TITLE

_______________________________

DATE SIGNED

_______________________________

RFP 4-1512

EXHIBIT C: PROPOSED AGREEMENT

Page 19

1

PROPOSED AGREEMENT NO. C-4-1512

2

BETWEEN

3

ORANGE COUNTY TRANSPORTATION AUTHORITY

4

AND

5 6

THIS AGREEMENT is effective this _____ day of ________________________, 2014, by and

7

between the Orange County Transportation Authority, 550 South Main Street, P.O. Box 14184, Orange,

8

California 92863-1584, a public corporation of the state of California (hereinafter referred to as

9

"AUTHORITY"), and , (hereinafter referred to as "CONSULTANT").

10

WITNESSETH:

11

WHEREAS, AUTHORITY requires assistance from CONSULTANT to develop and implement

12

customer communications marketing programs for AUTHORITY’s programs and services on an as-

13

needed basis with no guarantee of usage; and

14

WHEREAS, said work cannot be performed by the regular employees of AUTHORITY; and

15

WHEREAS, CONSULTANT has represented that it has the requisite personnel and experience,

16

and is capable of performing such services; and

17

WHEREAS, CONSULTANT wishes to perform these services;

18

NOW, THEREFORE, it is mutually understood and agreed by AUTHORITY and CONSULTANT

19 20

as follows: ARTICLE 1.

COMPLETE AGREEMENT

21

A. This Agreement, including all exhibits and documents incorporated herein and made

22

applicable by reference, constitutes the complete and exclusive statement of the terms and conditions

23

of this Agreement between AUTHORITY and CONSULTANT and it supersedes all prior

24

representations, understandings and communications. The invalidity in whole or in part of any term or

25

condition of this Agreement shall not affect the validity of other terms or conditions.

26

B. AUTHORITY's failure to insist in any one or more instances upon CONSULTANT's Page 1 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

performance of any terms or conditions of this Agreement shall not be construed as a waiver or

2

relinquishment of AUTHORITY's right to such performance or to future performance of such terms or

3

conditions and CONSULTANT's obligation in respect thereto shall continue in full force and effect.

4

Changes to any portion of this Agreement shall not be binding upon AUTHORITY except when

5

specifically confirmed in writing by an authorized representative of AUTHORITY by way of a written

6

amendment to this Agreement and issued in accordance with the provisions of this Agreement.

7

ARTICLE 2.

8 9

AUTHORITY DESIGNEE

The Chief Executive Officer of AUTHORITY, or designee, shall have the authority to act for and exercise any of the rights of AUTHORITY as set forth in this Agreement.

10

ARTICLE 3.

SCOPE OF WORK

11

A. CONSULTANT shall perform the work necessary to complete in a manner satisfactory to

12

AUTHORITY the services set forth in Exhibit A, entitled "Scope of Work," attached to and, by this

13

reference, incorporated in and made a part of this Agreement. All services shall be provided at the

14

times and places designated by AUTHORITY.

15

B. CONSULTANT shall provide the personnel listed below to perform the above-specified

16

services, which persons are hereby designated as key personnel under this Agreement.

17

Names

Functions

18 19 20

21 22

C. No person named in paragraph B of this Article, or his/her successor approved by

23

AUTHORITY, shall be removed or replaced by CONSULTANT, nor shall his/her agreed-upon function

24

or level of commitment hereunder be changed, without the prior written consent of AUTHORITY.

25

Should the services of any key person become no longer available to CONSULTANT, the resume and

26

qualifications of the proposed replacement shall be submitted to AUTHORITY for approval as soon as Page 2 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

possible, but in no event later than seven (7) calendar days prior to the departure of the incumbent key

2

person, unless CONSULTANT is not provided with such notice by the departing employee.

3

AUTHORITY shall respond to CONSULTANT within seven (7) calendar days following receipt of these

4

qualifications concerning acceptance of the candidate for replacement.

5 6 7

ARTICLE 4.

TERM OF AGREEMENT

A. This Agreement shall commence on July 1, 2014, and shall continue in full force and effect through June 30, 2016, unless earlier terminated or extended as provided in this Agreement.

8

B. AUTHORITY, at its sole discretion, may elect to extend the term of this Agreement up to an

9

additional twelve (12) months, commencing July 1, 2016 and continuing through June 30, 2017 (“Option

10

Term”), and thereupon require CONSULTANT to continue to provide services, and otherwise perform,

11

in accordance with Exhibit A, entitled “Scope of Work”, and at the rates set forth in Article 5, “Payment.”

12

C. AUTHORITY’s election to extend the Agreement beyond the Initial Term shall not diminish

13

its right to terminate the Agreement for AUTHORITY’s convenience or CONSULTANT’s default as

14

provided elsewhere in the Agreement. The “maximum term” of this Agreement shall be the period

15

extending from July 1, 2014 through June 30, 2017, which period encompasses the Initial Term and

16

Option Term.

17

ARTICLE 5.

PAYMENT

18

A. For CONSULTANT’s full and complete performance of its obligations under this Agreement

19

and subject to the maximum cumulative payment obligation provisions set forth in Article 6,

20

AUTHORITY shall pay CONSULTANT on a time-and-expense price basis in accordance with the

21

following provisions.

22

B. CONSULTANT shall invoice AUTHORITY on a monthly basis for payments corresponding

23

to the work actually completed by CONSULTANT. Percentage of work completed shall be documented

24

in a monthly progress report prepared by CONSULTANT, which shall accompany each invoice

25

submitted by CONSULTANT. AUTHORITY shall pay CONSULTANT at the hourly labor rates specified

26

in Exhibit B, entitled “Price Summary Sheet,” which is attached to and by this reference, incorporated in Page 3 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

and made a part of this Agreement. These rates shall remain fixed for the term of this Agreement and

2

are acknowledged to include CONSULTANT’s overhead costs, general costs, administrative costs and

3

profit. CONSULTANT shall also furnish such other information as may be requested by AUTHORITY to

4

substantiate the validity of an invoice. At its sole discretion, AUTHORITY may decline to make full

5

payment until such time as CONSULTANT has documented to AUTHORITY’s satisfaction, that

6

CONSULTANT has fully completed all work required under the task. AUTHORITY’s payment in full

7

shall constitute AUTHORITY’s final acceptance of CONSULTANT’s work.

8 9

C. Invoices shall be submitted by CONSULTANT on a monthly basis and shall be submitted in duplicate to AUTHORITY’s Accounts Payable office.

Each invoice shall be accompanied by the

10

monthly progress report specified in paragraph B of this Article. AUTHORITY shall remit payment

11

within thirty (30) calendar days of the receipt and approval of each invoice. Each invoice shall include

12

the following information:

13

1.

Agreement No. C-4-1512;

14

2.

Specify the effort for which payment is being requested;

15

3.

Labor (staff name, hours changed, hourly billing rate, current charges, and

16

cumulative charges) performed during the billing period;

17

4.

The time period covered by the invoice;

18

5.

Total monthly invoice (including project-to-date cumulative invoice amount);

19

6.

Monthly Progress Report;

20

7.

Certification signed by the CONSULTANT or his/her designated alternate that a)

21

The invoice is a true, complete and correct statement of reimbursable costs and progress; b) The

22

backup information included with the invoice is true, complete and correct in all material respects; c) All

23

payments due and owing to subcontractors and suppliers have been made; d) Timely payments will

24

be made to subcontractors and suppliers from the proceeds of the payments covered by the

25

certification and; e) The invoice does not include any amount which CONSULTANT intends to withhold

26

or retain from a subcontractor or supplier unless so identified on the invoice. Page 4 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1 2

8.

Any other information as agreed or requested by AUTHORITY to substantiate the

validity of an invoice.

3

ARTICLE 6.

MAXIMUM OBLIGATION

4

Notwithstanding any provisions of this Agreement to the contrary, AUTHORITY and

5

CONSULTANT mutually agree that AUTHORITY's maximum cumulative payment obligation (including

6

obligation for CONSULTANT’s profit) shall be _________ Dollars ($______.00) which shall include all

7

amounts payable to CONSULTANT for its subcontracts, leases, materials and costs arising from, or

8

due to termination of, this Agreement.

9

ARTICLE 7.

NOTICES

10

All notices hereunder and communications regarding the interpretation of the terms of this

11

Agreement, or changes thereto, shall be effected by delivery of said notices in person or by depositing

12

said notices in the U.S. mail, registered or certified mail, returned receipt requested, postage prepaid

13

and addressed as follows:

14

To CONSULTANT:

To AUTHORITY:

15

Orange County Transportation Authority

16

550 South Main Street

17

P.O. Box 14184

18

Orange, CA 92863-1584

19

ATTENTION:

ATTENTION:

20

Georgia Martinez Senior Contract Administrator

21

Ph:(714) 560 - 5605 Fax: (714) 560-5792

22

Email: [email protected]

23

/

24

/

25

/

26

/ Page 5 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

ARTICLE 8.

INDEPENDENT CONTRACTOR

2

CONSULTANT's relationship to AUTHORITY in the performance of this Agreement is that of an

3

independent contractor. CONSULTANT's personnel performing services under this Agreement shall at

4

all times be under CONSULTANT's exclusive direction and control and shall be employees of

5

CONSULTANT and not employees of AUTHORITY. CONSULTANT shall pay all wages, salaries and

6

other amounts due its employees in connection with this Agreement and shall be responsible for all

7

reports and obligations respecting them, such as social security, income tax withholding, unemployment

8

compensation, workers' compensation and similar matters.

9 10

ARTICLE 9.

INSURANCE

A. CONSULTANT shall procure and maintain insurance coverage during the entire term of this

11

Agreement.

12

CONSULTANT shall provide the following insurance coverage:

13

Coverage shall be full coverage and not subject to self-insurance provisions.

1.

Commercial

General

Liability,

to

include

Products/Completed

Operations,

14

Independent Contractors’, Contractual Liability, and Personal Injury Liability, and Property Damage with

15

a minimum limit of $1,000,000.00 per occurrence and $2,000,000.00 general aggregate.

16 17 18 19

2.

Automobile Liability Insurance to include owned, hired and non-owned autos

with a combined single limit of $1,000,000.00 each accident; 3.

Workers’ Compensation with limits as required by the State of California including a

waiver of subrogation in favor of AUTHORITY, its officers, directors, employees or agents;

20

4.

Employers’ Liability with minimum limits of $1,000,000.00; and

21

5.

Professional Liability with minimum limits of $1,000,000.00 per claim.

22

B. Proof of such coverage, in the form of an insurance company issued policy endorsement

23

and a broker-issued insurance certificate, must be received by AUTHORITY prior to commencement of

24

any work. Proof of insurance coverage must be received by AUTHORITY within ten (10) calendar days

25

from the effective date of this Agreement with the AUTHORITY, its officers, directors, employees and

26

agents designated as additional insured on the general and automobile liability. Such insurance shall Page 6 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1 2 3

be primary and non-contributive to any insurance or self-insurance maintained by the AUTHORITY. C. CONSULTANT shall include on the face of the Certificate of Insurance the Agreement Number C-4-1512; and, the Contract Administrator’s Name, Georgia Martinez.

4

D. CONSULTANT shall also include in each subcontract the stipulation that subcontractors

5

shall maintain insurance coverage in the amounts required from CONSULTANT as provided in this

6

Agreement.

7 8 9

E. CONSULTANT shall be required to immediately notify AUTHORITY of any modifications or cancellations of any required insurance policies. ARTICLE 10. ORDER OF PRECEDENCE

10

Conflicting provisions hereof, if any, shall prevail in the following descending order of

11

precedence: (1) the provisions of this Agreement, including all exhibits; (2) the provisions of RFP 4-

12

1512;(3) CONSULTANT’s proposal dated ________; (4) all other documents, if any, cited herein or

13

incorporated by reference.

14

ARTICLE 11. CHANGES

15

By written notice or order, AUTHORITY may, from time to time, order work suspension and/or

16

make changes in the general scope of this Agreement, including, but not limited to, the services

17

furnished to AUTHORITY by CONSULTANT as described in the Scope of Work. If any such work

18

suspension or change causes an increase or decrease in the price of this Agreement, or in the time

19

required for its performance, CONSULTANT shall promptly notify AUTHORITY thereof and assert its

20

claim for adjustment within ten (10) calendar days after the change or work suspension is ordered, and

21

an equitable adjustment shall be negotiated.

22

CONSULTANT from proceeding immediately with the agreement as changed.

23

However, nothing in this clause shall excuse

ARTICLE 12. DISPUTES

24

A. Except as otherwise provided in this Agreement, any dispute concerning a question of fact

25

arising under this Agreement which is not disposed of by supplemental agreement shall be decided by

26

AUTHORITY's Director, Contracts Administration and Materials Management (CAMM), who shall Page 7 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

reduce the decision to writing and mail or otherwise furnish a copy thereof to CONSULTANT. The

2

decision of the Director, CAMM, shall be final and conclusive.

3

B. The provisions of this Article shall not be pleaded in any suit involving a question of fact

4

arising under this Agreement as limiting judicial review of any such decision to cases where fraud by

5

such official or his representative or board is alleged, provided, however, that any such decision shall

6

be final and conclusive unless the same is fraudulent or capricious or arbitrary or so grossly erroneous

7

as necessarily to imply bad faith or is not supported by substantial evidence. In connection with any

8

appeal proceeding under this Article, CONSULTANT shall be afforded an opportunity to be heard and

9

to offer evidence in support of its appeal.

10

C. Pending final decision of a dispute hereunder, CONSULTANT shall proceed diligently with

11

the performance of this Agreement and in accordance with the decision of AUTHORITY's Director,

12

CAMM. This Disputes clause does not preclude consideration of questions of law in connection with

13

decisions provided for above. Nothing in this Agreement, however, shall be construed as making final

14

the decision of any AUTHORITY official or representative on a question of law, which questions shall be

15

settled in accordance with the laws of the state of California.

16

ARTICLE 13. TERMINATION

17

A. AUTHORITY may terminate this Agreement for its convenience at any time, in whole or

18

part, by giving CONSULTANT written notice thereof. Upon said notice, AUTHORITY shall pay

19

CONSULTANT its allowable costs incurred to date of termination and those allowable costs determined

20

by AUTHORITY to be reasonably necessary to effect such termination. Thereafter, CONSULTANT

21

shall have no further claims against AUTHORITY under this Agreement.

22

B. In the event either Party defaults in the performance of any of their obligations under this

23

Agreement or breaches any of the provisions of this Agreement, the non-defaulting Party shall have the

24

option to terminate this Agreement upon thirty (30) days’ prior written notice to the other Party. Upon

25

receipt of such notice, CONSULTANT shall immediately cease work, unless the notice from

26

AUTHORITY provides otherwise. Upon receipt of the notice from AUTHORITY, CONSULTANT shall Page 8 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

submit an invoice for work and/or services performed prior to the date of termination. AUTHORITY

2

shall pay CONSULTANT for work and/or services satisfactorily provided to the date of termination in

3

compliance with this Agreement. Thereafter, CONSULTANT shall have no further claims against

4

AUTHORITY under this AGREEMENT. AUTHORITY shall not be liable for any claim of lost profits or

5

damages for such termination.

6

ARTICLE 14. INDEMNIFICATION

7

CONSULTANT shall indemnify, defend and hold harmless AUTHORITY, its officers, directors,

8

employees and agents from and against any and all claims (including attorneys' fees and reasonable

9

expenses for litigation or settlement) for any loss or damages, bodily injuries, including death, damage

10

to or loss of use of property caused by the negligent acts, omissions or willful misconduct by

11

CONSULTANT, its officers, directors, employees, agents, subcontractors or suppliers in connection

12

with or arising out of the performance of this Agreement.

13

ARTICLE 15. ASSIGNMENTS AND SUBCONTRACTS

14

A. Neither this Agreement nor any interest herein nor claim hereunder may be assigned by

15

CONSULTANT either voluntarily or by operation of law, nor may all or any part of this Agreement be

16

subcontracted by CONSULTANT, without the prior written consent of AUTHORITY.

17

AUTHORITY shall not be deemed to relieve CONSULTANT of its obligations to comply fully with all

18

terms and conditions of this Agreement.

Consent by

19

B. AUTHORITY hereby consents to CONSULTANT's subcontracting portions of the Scope of

20

Work to the parties identified below for the functions described in CONSULTANT's proposal.

21

CONSULTANT shall include in the subcontract agreement the stipulation that CONSULTANT, not

22

AUTHORITY, is solely responsible for payment to the subcontractor for the amounts owing and that the

23

subcontractor shall have no claim, and shall take no action, against AUTHORITY, its officers, directors,

24

employees or sureties for nonpayment by CONSULTANT.

25

/

26

/ Page 9 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

Subcontractor Name/Addresses

Subcontractor Functions

2 3 4

ARTICLE 16. AUDIT AND INSPECTION OF RECORDS

5

CONSULTANT shall provide AUTHORITY, or other agents of AUTHORITY, such access to

6

CONSULTANT's accounting books, records, payroll documents and facilities, as AUTHORITY deems

7

necessary. CONSULTANT shall maintain such books, records, data and documents in accordance

8

with generally accepted accounting principles and shall clearly identify and make such items readily

9

accessible to such parties during CONSULTANT's performance hereunder and for a period of four (4)

10

years from the date of final payment by AUTHORITY. AUTHORITY’s right to audit books and records

11

directly related to this Agreement shall also extend to all first-tier subcontractors identified in Article 15

12

of this Agreement. CONSULTANT shall permit any of the foregoing parties to reproduce documents by

13

any means whatsoever or to copy excerpts and transcriptions as reasonably necessary.

14

ARTICLE 17. CONFLICT OF INTEREST

15

CONSULTANT agrees to avoid organizational conflicts of interest. An organizational conflict

16

of interest means that due to other activities, relationships or contracts, the CONSULTANT is

17

unable, or potentially unable to render impartial assistance or advice to the AUTHORITY;

18

CONSULTANT’s objectivity in performing the work identified in the Scope of Work is or might be

19

otherwise impaired; or the CONSULTANT has an unfair competitive advantage. CONSULTANT is

20

obligated to fully disclose to the AUTHORITY in writing Conflict of Interest issues as soon as they

21

are known to the CONSULTANT. All disclosures must be submitted in writing to AUTHORITY

22

pursuant to the Notice provision herein. This disclosure requirement is for the entire term of this

23

Agreement.

24

ARTICLE 18. CODE OF CONDUCT

25

CONSULTANT agrees to comply with the AUTHORITY’s Code of Conduct as it relates to

26

Third-Party contracts which is hereby referenced and by this reference is incorporated herein. Page 10 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1 2

CONSULTANT agrees to include these requirements in all of its subcontracts. ARTICLE 19. FEDERAL, STATE AND LOCAL LAWS

3

CONSULTANT warrants that in the performance of this Agreement, it shall comply with all

4

applicable federal, state and local laws, statutes and ordinances and all lawful orders, rules and

5

regulations promulgated thereunder.

6

ARTICLE 20. EQUAL EMPLOYMENT OPPORTUNITY

7

In connection with its performance under this Agreement, CONSULTANT shall not discriminate

8

against any employee or applicant for employment because of race, religion, color, sex, age or national

9

origin. CONSULTANT shall take affirmative action to ensure that applicants are employed, and that

10

employees are treated during their employment, without regard to their race, religion, color, sex, age or

11

national origin. Such actions shall include, but not be limited to, the following: employment, upgrading,

12

demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other

13

forms of compensation; and selection for training, including apprenticeship.

14

ARTICLE 21. PROHIBITED INTERESTS

15

CONSULTANT covenants that, for the term of this Agreement, no director, member, officer or

16

employee of AUTHORITY during his/her tenure in office or for one (1) year thereafter shall have any

17

interest, direct or indirect, in this Agreement or the proceeds thereof.

18

ARTICLE 22. OWNERSHIP OF REPORTS AND DOCUMENTS

19

A. The originals of all letters, documents, reports and other products and data produced under

20

this Agreement shall be delivered to, and become the property of AUTHORITY. Copies may be made

21

for CONSULTANT's records but shall not be furnished to others without written authorization from

22

AUTHORITY. Such deliverables shall be deemed works made for hire and all rights in copyright therein

23

shall be retained by AUTHORITY.

24

B. All ideas, memoranda, specifications, plans, manufacturing, procedures, drawings,

25

descriptions, and all other written information submitted to CONSULTANT in connection with the

26

performance of this Agreement shall not, without prior written approval of AUTHORITY, be used for any Page 11 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

purposes other than the performance under this Agreement, nor be disclosed to an entity not connected

2

with the performance of the project. CONSULTANT shall comply with AUTHORITY’s policies regarding

3

such material. Nothing furnished to CONSULTANT, which is otherwise known to CONSULTANT or is

4

or becomes generally known to the related industry shall be deemed confidential. CONSULTANT shall

5

not use AUTHORITY’s name, photographs of the project, or any other publicity pertaining to the project

6

in any professional publication, magazine, trade paper, newspaper, seminar or other medium without

7

the express written consent of AUTHORITY.

8

C. No copies, sketches, computer graphics or graphs, including graphic artwork, are to be

9

released by CONSULTANT to any other person or agency except after prior written approval by

10

AUTHORITY, except as necessary for the performance of services under this Agreement. All press

11

releases, including graphic display information to be published in newspapers, magazines, etc., are to

12

be handled only by AUTHORITY unless otherwise agreed to by CONSULTANT and AUTHORITY.

13

ARTICLE 23. PATENT AND COPYRIGHT INFRINGEMENT

14

A. In lieu of any other warranty by AUTHORITY or CONSULTANT against patent or copyright

15

infringement, statutory or otherwise, it is agreed that CONSULTANT shall defend at its expense any

16

claim or suit against AUTHORITY on account of any allegation that any item furnished under this

17

Agreement or the normal use or sale thereof arising out of the performance of this Agreement, infringes

18

upon any presently existing U. S. letters patent or copyright and CONSULTANT shall pay all costs and

19

damages finally awarded in any such suit or claim, provided that CONSULTANT is promptly notified in

20

writing of the suit or claim and given authority, information and assistance at CONSULTANT's expense

21

for the defense of same. However, CONSULTANT will not indemnify AUTHORITY if the suit or claim

22

results from: (1) AUTHORITY's alteration of a deliverable, such that said deliverable in its altered form

23

infringes upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in

24

combination with other material not provided by CONSULTANT when such use in combination infringes

25

upon an existing U.S. letters patent or copyright.

26

B. CONSULTANT shall have sole control of the defense of any such claim or suit and all Page 12 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

negotiations for settlement thereof. CONSULTANT shall not be obligated to indemnify AUTHORITY

2

under any settlement made without CONSULTANT's consent or in the event AUTHORITY fails to

3

cooperate fully in the defense of any suit or claim, provided, however, that said defense shall be at

4

CONSULTANT's expense. If the use or sale of said item is enjoined as a result of such suit or claim,

5

CONSULTANT, at no expense to AUTHORITY, shall obtain for AUTHORITY the right to use and sell

6

said item, or shall substitute an equivalent item acceptable to AUTHORITY and extend this patent and

7

copyright indemnity thereto.

8

ARTICLE 24. FINISHED AND PRELIMINARY DATA

9

A. All of CONSULTANT’s finished technical data, including but not limited to illustrations,

10

photographs, tapes, software, software design documents, including without limitation source code,

11

binary code, all media, technical documentation and user documentation, photoprints and other graphic

12

information required to be furnished under this Agreement, shall be AUTHORITY’s property upon

13

payment and shall be furnished with unlimited rights and, as such, shall be free from proprietary

14

restriction except as elsewhere authorized in this Agreement. CONSULTANT further agrees that it

15

shall have no interest or claim to such finished, AUTHORITY-owned, technical data; furthermore, said

16

data is subject to the provisions of the Freedom of Information Act, 5 USC 552.

17

B. It is expressly understood that any title to preliminary technical data is not passed to

18

AUTHORITY but is retained by CONSULTANT.

19

software design documents, layouts and comprehensives prepared by CONSULTANT solely for the

20

purpose of demonstrating an idea or message for AUTHORITY’s acceptance before approval is given

21

for preparation of finished artwork. Preliminary data title and right thereto shall be made available to

22

AUTHORITY if CONSULTANT causes AUTHORITY to exercise Article 11, and a price shall be

23

negotiated for all preliminary data.

24

Preliminary data includes roughs, visualizations,

ARTICLE 25. FORCE MAJEURE

25

Either party shall be excused from performing its obligations under this Agreement during the

26

time and to the extent that it is prevented from performing by an unforeseeable cause beyond its Page 13 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

PROPOSED AGREEMENT NO. C-4-1512 EXHIBIT C 1

control, including but not limited to: any incidence of fire, flood; acts of God; commandeering of material,

2

products, plants or facilities by the federal, state or local government; national fuel shortage; or a

3

material act or omission by the other party; when satisfactory evidence of such cause is presented to

4

the other party, and provided further that such nonperformance is unforeseeable, beyond the control

5

and is not due to the fault or negligence of the party not performing.

6 7 8 9 10

ARTICLE 26. HEALTH AND SAFETY REQUIREMENT CONSULTANT shall comply with all the requirements set forth in Exhibit __, Level 2 Safety Specifications. Upon execution by both parties, this Agreement shall be made effective July 1, 2014. IN WITNESS WHEREOF, the parties hereto have caused this Agreement No. C-4-1512 to be

11

executed on the date first above written.

12

CONSULTANT

13

By ________________________________ By ________________________________ Carolina Coppolo Manager, Contracts and Procurement

14

ORANGE COUNTY TRANSPORTATION AUTHORITY

15 16

APPROVED AS TO FORM:

17

By ________________________________ Kennard R. Smart, Jr. General Counsel

18 19 20

21 22 23 24 25 26 Page 14 of 14 L:\Camm\CLERICAL\WORDPROC\AGREE\AG41512.docx

RFP 4-1512

EXHIBIT D: STATUS OF PAST AND PRESENT CONTRACTS FORM

Page 20

RFP 4-1512 EXHIBIT D

STATUS OF PAST AND PRESENT CONTRACTS FORM On the form provided below, Offeror shall list the status of past and present contracts where the firm has either provided services as a prime contractor or a subcontractor during the past five (5) years in which the contract has ended or will end in a termination, settlement or in legal action. A separate form must be completed for each contract. Offeror shall provide an accurate contact name and telephone number for each contract and indicate the term of the contract and the original contract value. If the contract was terminated, list the reason for termination. Offeror must also identify and state the status of any litigation, claims or settlement agreements related to any of the identified contracts. Each form must be signed by an officer of the Offeror confirming that the information provided is true and accurate. Project city/agency/other: Contact Name: Project Award Date:

Phone: Original Contract Value:

Term of Contract: 1) Status of contract:

2) Identify claims/litigation or settlements associated with the contract:

3) Reason for termination

By signing this Form entitled “Status of Past and Present Contracts,” I am affirming that all of the information provided is true and accurate. ____________________________________ Name _______________________________ Title

_________________________ Date

RFP 4-1512

EXHIBIT E: LEVEL 2 SAFETY SPECIFICATIONS

Page 21

RFP 4-1512 EXHIBIT E

LEVEL 2 SAFETY SPECIFICATIONS PART I – GENERAL 1.1 GENERAL HEALTH, SAFETY & ENVIRONMENTAL REQUIREMENTS A. The Contractor, its subcontractors, suppliers, and employees have the obligation to comply with all Authority health, safety and environmental compliance department (HSEC) policies, as well as all federal, state, and local regulations pertaining to scope of work, contracts or agreements with the Authority. Additionally, manufacturer requirements are considered incorporated by reference as applicable to this scope of work. B. Observance of repeated unsafe acts or conditions, serious violation of safety standards, non-conformance of Authority health, safety and environmental compliance department (HSEC) requirements, or disregard for the intent of these safety specifications to protect people and property, by Contractor may be cause for termination of this agreement with the Authority, at the sole discretion of the Authority. C. INJURY AND ILLNESS PREVENTION PLAN The Contractor shall submit to the Authority, a copy of their company Injury and Illness Prevention Plan (IIPP) in accordance with California Code of Regulations (CCR) Title 8, Section 3203. The intent and elements of the IIPP shall be implemented and enforced by the Contractor and its sub-tier contractors, suppliers, and vendors. D. Policy or Certification of Compliance Company’s Substance Abuse Prevention Policy. E. HAZARD COMMUNICATION PROGRAM 1. Contractor shall comply with CCR Title 8, Section 5194, Hazard Communication Standard. Prior to use on Authority property and/or project work areas Contractor shall provide the Authority Project Manager copies of MSDS for all applicable products. 2. All chemicals including paint, solvents, detergents and similar substances shall comply with South Coast Air Quality Management District (SCAQMD) rules 103, 1113, and 1171. F. DESIGNATED SAFETY REPRESENTATIVE 1. Before beginning on-site activities, the Contractor shall designate an onsite Safety Representative. This person shall be a competent or qualified individual as defined by the Occupational, Safety, and Health Administration (OSHA), familiar with applicable CCR Title 8 Standards, and has the authority to affect changes in work procedures that may have associated schedule and budget impacts. Level 2 Safety Specifications

PAGE 1 OF 4

Revision 3, 5/31/12

RFP 4-1512 EXHIBIT E

2. The Contractor shall provide the Authority’s Project Manager a resume outlining the qualifications, or job experience of Contractor’s competent person that assumes the position of the Contractor Safety Representative assigned to the project. The Contractor’s safety representative for Authority projects are subject to Acceptance by the Authority Project Manager. All contact information of the safety representative (name, phone, and fax and pager/cell phone number) shall be provided to the Authority Project Manager. 3. The Contractor’s Safety Representative shall have, as a minimum, a 30 hour OSHA training certificate, five (5) years experience on similar scope projects. The authority reserves the right to allow for an exception of these minimum qualification requirements for unforeseen circumstances, at the sole discretion of the Authority Project Manager and HSEC department. 4. Competent Person means one who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. G. ORIENTATION 1. The Contractor shall conduct and document a project site safety orientation for all Contractor personnel, sub-tier contractors, suppliers, vendors, and new employees assigned to the project prior to performing any work on Authority projects. The safety orientation at a minimum shall include, as applicable, Personal Protection Equipment (PPE) requirements, eye protection, ANSI class 2 reflective vests, designated smoking, eating, and parking areas, traffic speed limit and routing, cell phone policy, and barricade requirements. When required by scope, additional orientation shall include fall protection, energy isolation/lockout/tag-out (LOTO), confined space, hot work permit, security requirements, and similar project safety requirements. H. TRAFFIC & PARKING 1. The Contractor shall ensure that all Contractor vehicles, including those of its sub-tier contractors, suppliers, vendors and employees are parked in designated parking areas, are identified by company name and/or logo, and comply with traffic routes, and posted traffic signs in areas other than the employee parking lots. I. GENERAL PROVISIONS 1. The Contractor shall provide all necessary tools, equipment, and related safety protective devices to execute the scope of work in compliance with Authority’s HSEC requirements, CCR Title 8 Standards, and recognized safe work practices.

Level 2 Safety Specifications

PAGE 2 OF 4

Revision 3, 5/31/12

RFP 4-1512 EXHIBIT E

2. The Contractor shall immediately notify the Authority’s Project Manager whenever local, state or federal regulatory agency personnel are identified as being onsite. 3. The Authority HSEC requirements, and references contained within this scope of work shall not be considered all-inclusive as to the hazards that might be encountered. Safe work practices shall be pre-planned and performed, and safe conditions shall be maintained during the course of this work scope. 4. The Contractor shall specifically acknowledge that it has primary responsibility to prevent and correct all health, safety and environmental hazards for which it and its employees, or its sub-tier contractors (and their employees) are responsible. The Contractor shall further acknowledge their expertise in recognition and prevention of hazards in the operations for which they are responsible, that the Authority may not have such expertise, and is relying upon the Contractor for such expertise. The Authority retains the right to notify the Contractor of potential hazards and request the Contractor to evaluate and, as necessary, to eliminate those hazards. 5. The Contractor shall instruct all its employees, and all associated subcontractors under contract with the Contractor who are required to work on Authority property in the recognition, identification, and avoidance of unsafe acts and/or conditions applicable to its work. 6. California Code of Regulations (CCR) Title 8 Standards are minimum requirements, and each Contractor is encouraged to exceed minimum requirements. When the Contractor safety requirements exceed statutory standards, the more stringent requirements shall be achieved for the safeguard of the public and workers. 1.2

INCIDENT NOTIFICATION AND INVESTIGATION A. The Authority shall be promptly notified of any of the following types of incidents: 1. Damage to Authority property (or incidents involving third party property damage); 2. Reportable and/or Recordable injuries (as defined by the U. S. Occupational Safety and Health Administration); 3. Incidents impacting the environment, i.e. spills or releases on Authority property. B. Notifications shall be made to Authority representatives, employees and/or agents. This includes incidents occurring to contractors, vendors, visitors, or members of the general public that arise from the performance of Authority contract work. An initial written incident investigation report shall be submitted to Authority’s Project Manager within 24 hours of the incident.

Level 2 Safety Specifications

PAGE 3 OF 4

Revision 3, 5/31/12

RFP 4-1512 EXHIBIT E

C. A final written incident investigative report shall be submitted within seven (7) calendar days, and include the following information. The current status of anyone injured, photos of the incident area, detailed description of what happened, the contributing factors that lead to the incident occurrence, a copy of the company policy or procedure associated with the incident and evaluation of effectiveness, copy of the task planning documentation, and the corrective action initiated to prevent recurrence. This information shall be considered the minimum elements required for a comprehensive incident report acceptable to OCTA. 1.3

PERSONAL PROTECTIVE EQUIPMENT Contractors, and all associated sub-tier contractors, vendors and suppliers are required to provide their own personal protective equipment (PPE), including eye, head, foot, and hand protection, respirators, reflective safety vests, and all other PPE required to perform their work safely on Authority projects.

1.4

LANGUAGE REQUIREMENTS The Contractor for safety reasons shall ensure employees that do not read, or understand English, shall have a bilingual supervisor or foreman when on the Authority property or projects.

1.5

WARNING SIGNS AND DEVICES The Contractor shall provide signs, signals, and/or warning devices to be visible at all times when and where a hazard exists. Signs, signals, and/or warning devices shall be removed when the hazard no longer exists.

1.6

REFERENCES A. B. C. D. E. F. G.

CCR Title 8 Standards (Cal/OSHA) FCR Including 1910 and 1926 Standards NFPA, NEC, ANSI, NIOSH Standards OCTA Construction Management Procedures Manual OCTA Yard Safety Rules OCTA Emergency Response Guide OCTA Weekly Safety Briefings END OF SECTION

Level 2 Safety Specifications

PAGE 4 OF 4

Revision 3, 5/31/12