request for proposal fy16-r-012

Transcription

request for proposal fy16-r-012
REQUEST FOR PROPOSAL
FY16-R-012
for
TRANSIT ADVERTISING SALES PRODUCTION,
INSTALLATION, AND REMOVAL
for
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
Service Requested:
Transit Advertising Sales, Production,
Installation, and Removal
Contract Type:
Fixed Price – Price Redetermination
Number of Contracts:
One
Duration:
5-Year Contract with 3-One Year Options
Funding Source:
Operating Budget
Date Issued:
January 6, 2016
Deadline for Questions Regarding this RFP:
January 12, 2016
Answers to Questions Posted on Website:
January 20, 2016
Proposals Due:
February 5, 2016
Selection Goal Date:
March 25, 2016
LEGAL NOTICE
REQUEST FOR PROPOSAL
FY16-R-012
Transit Advertising Sales, Production, Installation, and Removal
Sealed proposals are hereby requested by the DES MOINES AREA REGIONAL TRANSIT AUTHORITY, 620
Cherry Street, Des Moines, Iowa to be received until 2:00 p.m. local time, on February 5, 2016 for
Transit Advertising Sales, Production, Installation, and Removal services.
Requests for clarification and/or questions concerning the issued document shall be directed to
Dan Clark in the DART Procurement Department at 515-283-8116 or e-mail [email protected]. All
submittal questions concerning this RFP are due on January 12, 2015. This will be the only notice
rendered for this procurement. Proposal Documents can be obtained at DART Central Station, above
address, during the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday or DART’s website
http://www.ridedart.com/procurements.cfm .
In accordance with Title VI of the Civil Rights Act of 1964, DART notifies all proposed vendors that it
will affirmatively ensure that in any contract entered into pursuant to this advertisement,
Disadvantaged Business Enterprises will be afforded full opportunity to submit a proposal in response
to this request and will not be discriminated against on the grounds of race, color, or national origin in
consideration of an award.
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
TABLE
OF
CONTENTS
REQUEST OF PROPOSAL
RFP – 16 – R – 012
TRANSIT ADVERTISING SALES, PRODUCTION, AND INSTALLATION
Section 1 – Proposal Submittal Requirements
4
Section 2 – Scope of Work
7
Section 3 – Proposal Evaluation and Award Procedure
14
Section 4 – Proposal Timeline
15
Section 5 – Instructions to Proposers
16
Section 6 – Contract Provisions
23
Section 7 – Attachments
41
Exhibit A – DART Vehicle Inventory
55
Exhibit B – DART Advertising Policy and Standards
57
Exhibit C – Historical Advertising Revenues
63
All proposals are subject to the conditions specified herein. Proposals that do not comply with these
conditions are subject to rejection. Proposing firms shall include the following information, at a
minimum, in their proposal and shall organize their proposal in the same order as the items are listed
below.
1.1.
GENERAL REQUIREMENTS
The proposal shall:
1.2.
1.3.

Contain concise written materials that enable the reviewer to clearly understand the
Proposer's capabilities and approach to the project.

Specifically describe the Proposer's role in relationship to its subcontractors and shall describe
the interfaces with said subcontractors.

Reflect a level of understanding of the work required.
GENERAL FORMAT

In preparing the proposal, please duplex print all sections to reduce paper consumption and
use recycled products, where feasible.

Proposals shall be prepared on 8.5 x 11" paper with 1" left margins and 1" top, bottom and
right margins. Typing shall be single spaced and no smaller than font size 11.

Use of 11 x 17" fold out sheets for large tables, charts or diagrams is permissible, but should
be limited.

Promotional or Advertising information will not be accepted.
COPIES


1.4.
One (1) unbound original in an envelope clearly marked as “Original”.
Five (5) copies, all of which shall be enclosed and sealed in envelope(s) marked as “Copies”.
SUBMITTAL
Mailed or delivered proposals shall be addressed to:
Des Moines Area Regional Transit Authority
ATTN: PROCUREMENT DEPARTMENT
620 Cherry Street
Des Moines, Iowa 50309
Phone: 515-283-5034
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
4
1.5.
PROPOSAL REQUIREMENTS
A.
PROPOSAL LETTER
This letter must be completed and executed by an authorized representative of the Proposer. No other
letter may replace or be included in addition to the Proposal Letter.
A proposal letter transmitting the proposal must be submitted and dated. The letter must indicate that
the Proposer agrees to be bound by the proposal without modifications, unless mutually agreed to by
DART and the Proposer.
The proposal letter shall also contain the name, title, address, e-mail address, and telephone number(s)
of an individual(s) with authority to bind the Proposer during the period in which DART is evaluating
proposals. The cover letter shall also identify the legal form of the firm. If the firm is a corporation, the
cover letter shall identify in which state the company was incorporated. If a consortium, joint venture or
team approach is being proposed, provide the above information for all participating firms.
The cover letter shall be signed by a principal of the firm or other person fully authorized to act on behalf
of the firm or team.
B.
FIRM AND STAFF QUALIFICATIONS
The proposal shall include a general description of the firm and its background as it relates to this project.
Specific information regarding the firm and staff shall be submitted and include:

Information regarding the firm’s previous experience with similar or related projects. It
should contain a brief description of these projects and project staffing.

Information demonstrating the firm and staff capabilities to perform all aspects of this
particular project.

Information regarding the expertise and experience of staff person(s) to be assigned to work
on the project. It should also contain specific proposed responsibilities of the project staff
person(s), coordination activities with DART staff and estimated workdays of participation.

Information on the current and projected workload of key staff to be assigned to this project;
including level and magnitude of involvement, and start and completion dates.

References including client name, address, contact person, telephone number, email, project
start and end date as well as a project description. References should be for similar or related
projects that proposed key staff members for this project have worked.

If any work is to be subcontracted to another firm(s), the proposal must include the above
firm and staff qualification information for each subcontractor, a description of the services
the firm performs as well as related projects and references.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
5
C.
TECHNICAL APPROACH
Description of the firm’s proposed approach to the sales of transit advertising including, but not limited
to the following:
 Familiarity, experience, and past performance on similar projects.
 Ability to provide the required service
 The Service Delivery Plan for DART
 Revenue
D.
MANAGEMENT PLAN AND SCHEDULE
The Management Plan should demonstrate how the firm will manage their responsibilities, schedule the
work to be performed and work with DART personnel.
E.
FINANCIAL PROPOSAL
Proposers need to include a revenue sharing plan that details a annual revenue guarantee which would
be paid to DART during each contract year (hereinafter referred to as a “Minimum Guaranteed Payment”)
and a proposed percentage of net revenues due to DART once the Minimum Guaranteed Payment has
been exceeded (hereinafter referred to as a “Revenue Share”)
F.
PROFESSIONAL SERVICES CONTRACT
Indicate your willingness to accept the terms and conditions in the Contract Provisions (Section 6) or list
those to which you take exception, and, as appropriate, provide proposed alternate wording. It is not
DART’s intent to make substantial changes to the outlined Contract Provisions.
G.
FORMS
Compliance with these requirements is mandatory for contract award.

ATTACHMENT 1 – Acknowledgement of Addenda

ATTACHMENT 2 – Required Proposer Information Form

ATTACHMENT 3 – Proposal Pricing Form

ATTACHMENT 4 – Non-Collusion Affidavit

ATTACHMENT 5 – Certification of Primary Contractor Regarding Debarment, Suspension, and
Other Responsibility Matters

ATTACHMENT 6 – Certification of Lower-Tier Participants (Subcontractors) Regarding
Debarment, Suspension, and Other Ineligibility and Voluntary Exclusion

ATTACHMENT 7 - Contractor’s Statement On Sub-Contractors

ATTACHMENT 8 - DBE Participation Form

ATTACHMENT 9 - DBE Good Faith Efforts Documentation Form

ATTACHMENT 10 – Certification of Restrictions on Lobbying
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
6
2.1.
BACKGROUND
DART-Des Moines Area Regional Transit Authority is the regional transit authority governed by an
independent commission. DART's service area includes the following communities: Alleman, Altoona,
Ankeny, Bondurant, Carlisle, Clive, Des Moines, Elkhart, Granger, Grimes, Johnston, Mitchellville, Pleasant
Hill, Polk City, Unincorporated Polk County, Runnells, Urbandale, West Des Moines and Windsor Heights.
DART has 17 local fixed routes, 8 express routes, 3 flex routes and 5 On Call zones. DART Paratransit
provides both general public demand response transportation services well as ADA complimentary
service. DART also has an extensive RideShare program that operates approximately 100 vans throughout
the region. Information on DART’s fleet is included at Exhibit A. The population of Des Moines is
approximately 200,000 and the regional metro service area has a population of approximately 580,000.
Approximately 4.8 million unlinked trips are provided annually on DART services.
DART’s two main facilities are:

Operations and Maintenance Facility (1100 DART Way, Des Moines) – This building was built in
1976 and comprises an office building for DART’s operations and maintenance personnel, two bus
storage garages, a fueling station, a bus wash and a eight bay maintenance garage. The facility
has had several additions over the years as well as being renovated due to the flood in 1993.

DART Central Station (620 Cherry Street, Des Moines) – This facility opened in November 2012
and serves as DART’s primary bus transfer facility as well as housing several administrative
personnel. It was designed and certified to LEED Platinum standards.
2.2.
ADVERTISING SALES
DART is soliciting bids for Print Advertising and Audio Advertising sales. Proposers may submit bids for
one or both parts. DART may award both parts to one Contractor or DART may award each part to
separate Contractors.
The successful bidder for Print Advertising shall be given the exclusive right and privilege to solicit and sell
advertising meant to be displayed on the interior or exterior of transit vehicles operated by DART or at
bus stop shelters maintained by DART. The Contractor shall operate to maximize the revenue generated
from such advertising. The successful bidder will develop and maintain current advertisement
specification sheets that list the application and pricing for each of the types of advertising products listed
in section 2.5 below.
The successful bidder for Audio Advertising shall be given the exclusive right and privilege to solicit and
sell advertising meant to be announced over the on-board audio system. The Contractor shall operate to
maximize the revenue generated from such advertising. The successful bidder will perform all duties
necessary to sell audio advertising on DART buses in accordance with the audio scope of work at section
2.7 below.
2.3.
REVENUE
The successful bidder for Print Adverting shall provide DART with a monthly Guaranteed Minimum
Payment for transit advertising sales. The successful bidder shall also provide DART with a Revenue Share
percentage that shall be paid to DART should transit advertising sales exceed the Guaranteed Minimum
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
7
Payment. Additional information regarding the Guaranteed Minimum Payment and the Revenue Share
are contained in Section 6, Contract Provisions.
The successful bidder for Audio Advertising shall provide DART with a monthly Revenue Share percentage
that shall be paid to DART for all audio advertisement sales.
2.4.
ADVERTISING STANDARDS
Advertising to be displayed or played under the terms of this contract shall be of a reputable character,
shall conform to recognized business standards and shall not conflict with the laws or regulations of the
United States, State of Iowa or political subdivision thereof having jurisdiction over DART, and shall comply
with DART Advertising Policies outlined in Exhibit B. DART reserves the right to screen and approve any
advertisement prior to its production and installation. DART shall specifically review and approve (i) PSAs,
(ii) political advertising, and (iii) donated advertising. DART shall have the right to require the removal of
any advertising which brings disrepute upon DART. The Contractor shall remove such advertising within
a reasonable time of receiving notice from DART.
SPECIAL ADVERTISING SITUATIONS
Special advertising situations are those situations where DART is displaying advertising that does not
generate revenue for DART, but meets other objectives and goals of DART. Special advertising situations
may be placed as a Print Advertisement, Audio Advertisement or both. Special advertising situations,
unless otherwise noted, are performed at no cost to DART and do not entitle the successful bidder to any
revenue share or payment under this agreement. Generally, these special advertising situations shall be
displayed or played in available advertising space. In the event that available advertising space becomes
limited, DART reserves the right to set aside up to fifteen percent (15%) of available print advertising space
for displaying special advertising situation ads. All forms of advertising which fall under special advertising
situations may be removed if space is needed to place paid advertisements. The following are the
permitted forms of special advertising situations allowed under this agreement:

In-House Messaging. In-House Messaging is any advertising that DART places to communicate
messages from DART to passengers and the general public. DART shall be responsible to pay
production, installation, and removal costs. In-House Messaging may be removed to place paid
advertisements.

Co-Promotions. Co-Promotions are ads with local attraction such as museums, zoos, sports
teams, and special events. The purpose of the co-promotion is often to encourage the public to
take public transportation to the attraction or event. Co-promotions may be removed to place
paid advertisements. DART and the Co-promoter shall jointly be responsible for the production,
installation, and removal costs.

Donated Space. From time-to-time DART will donate advertising space. Donated space may be
made for advertising that serves the public interest, but may not meet the criteria for a Public
Service Announcement. Donated advertisements shall be reviewed and approved in accordance
with DART policies and procedures. The organization placing the donated advertising is
responsible for any production, installation, and removal costs.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
8

Public Service Announcements. DART may allow Public Service Announcements (hereinafter
referred to as PSAs) to be displayed on our transit vehicles and bus stop shelters or played as
audio ads on our annunciator system. Organizations wishing to display or play PSAs shall submit
their proposed advertisement for approval by the Chief Engagement and Communication Officer.
All PSAs will follow the guidelines in DART’s Advertising Policies at Exhibit B. The organization
placing the PSA will be responsible for any production, printing, installation, and removal costs.

Media Trades. Media Trades are where DART allows the trade or barter of advertising on our
buses or bus shelters for advertising in another media such as radio, cable television, television,
newspaper, or billboards. Media trades will be valued at rate card cost for DART advertising on
the other Media. Media trades may be coordinated by DART or the Contractor. The successful
bidder shall ensure that DART advertising obtains priority for the space and timing of advertising
to ensure maximum exposure of ads placed in other media. The organization who is placing the
advertisement on DART will be responsible for any production, installation costs, and removal.
2.5.
TYPES OF PRINT ADVERTISING PRODUCTS
The successful bidder shall provide a direct application bid and mounting on Coroplast bid for the
following advertising products described in this section. These categories of advertising products are
representative of current applications used. Additional products, as approved by DART, may be added as
the successful bidder’s advertising program develops and expands.
1. Full Wrap (35’ and 40’)- covers entire bus and windows; is an exterior display appearing on the
entire bus. The bus is fully wrapped with full-color graphics produced on two kinds of bus wrap,
one for the body of the bus and another for the windows.
2. King Kong Wrap (20’ x 96”)- covers top to bottom between wheel wells.
3. Full Back Wrap (99” x 96.5”)- covers entire back of bus.
4. Half Back Wrap (99” x 38”)- covers entire bottom half the bus back.
5. King (144” x 30”)- covers portion of driver side of the bus between the windows and wheel wells.
6. Queen (108” x 30”)- covers portion of passenger side of the bus between the windows and wheel
wells.
7. Taillight Small (72” x 18”)- covers a portion of the bottom half of the bus back.
8. Taillight Large (70” x 21”)- covers a portion of the bottom half of the bus back.
9. Headlights (44” x 16”)- Coroplast Mounted Only- covers a portion of the bike rack on the front of
the bus.
10. Interior Small (11” x 17”)- overhead ad in bus interior.
11. Interior Large (11” x 26”)- overhead ad in bus interior.
12. Direct Ceiling Application (24” x 48”) – direct application to the bus ceiling
13. Downtown Trolley Interior, Small (10.75” x 17”)
14. Downtown Trolley Interior, Large (10.75” x 26”)
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
9
15. Paratransit Streetside /Curbside (55”x 18”) – covers a portion of the side of the bus from the rear
wheel to the end of the bus, below the windows.
16. Paratransit Back Window (55’ x 18”) – covers the back window of the bus, printed on a window
screen material.
17. Shelter (4’ x 6’) - bus shelters consist of two ads, an interior and exterior placement. There are
currently fourteen (14) shelter locations.
2.6.
PRINT ADVERTISING SCOPE OF WORK
The purpose of this request for proposal is to obtain formal bids from qualified vendors who can provide
Des Moines Area Regional Transit Authority with the sales, production, design, installation, removal of
transit advertising for our agency.

Upon DART’s request, the successful bidder shall sell, produce, install and remove advertisements
on all transit buses and bus shelters.

All work shall be performed at the direction of DART staff and shall be completed in a timely
manner.

The successful bidder shall produce ad products using only DART pre-approved materials at the
start of the contract. During the contract period, contractor shall inform and suggest to DART for
consideration and/or approval of materials that have been newly introduced to the market that
allow the best visibility, as applicable.

DART will specify the type of advertising product being requested and work with the successful
bidder to establish a project deadline. The successful bidder will be required to meet project
deadlines.
A. PRODUCTION SERVICES

Any costs incurred for Production Services shall be borne by the Contractor.

No production services shall commence without prior approval of the proof by DART staff.
B. DESIGN SERVICES

Any costs incurred for Design Services shall be borne by the Contractor.

The successful bidder is responsible for securing from the advertiser or designing for the
advertiser print ready proofs for all paid advertising.

The successful bidder shall provide proofs to DART staff.

The successful bidder must obtain approval of the proof prior to beginning production services.

Printed products must provide a vibrant, colorful, a high quality and high resolution image to
pedestrians, car drivers, etc.

Template: The successful bidder will initially need to individually measure the exterior of the bus
to create a design template for each wrap type and size. The template will be used by the
successful bidder for future use on that particular bus. Measurements and design templates are
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
10
to account for variances in windows, window spacing, ventilation grills, and signal lights, access
panels, safety signage, etc., that may vary from bus to bus. Note: Each template may vary by bus
type.

Design should account for variances in body surface and template should be used to ensure
important elements of image or advertising copy is not cut off or otherwise interrupted because
it was installed over an access panel, window, ventilation grill, or signal light.

Design must also ensure that identifying labels on the bus; for instance, vehicle numbers and/or
the safety signage are left uncovered and/or are worked into the overall design of the bus.

No work shall commence without prior approval of the DART staff.
C. INSTALLATION AND REMOVAL OF ADVERTISING

All installations shall be performed by certified 3M, or equivalent, installer(s) for the particular
type of material used.

Installation and/or removal of advertising shall generally take place between the hours of 11:00
p.m. and 3:00 a.m. on weekdays, unless otherwise coordinated with DART. The Contractor shall
provide the DART Maintenance Manager with a list of buses for which advertising needs to be
installed and/or removed. This list shall be provided to the DART Maintenance Manager at least
24 hours in advance of the desired day when installation and/or removal is to be performed.

The successful bidder shall deliver, install, and remove materials within the DART garage in the
advertising area (lanes 35-40, specific lane assignment to be given the day of each installation
and/or removal), located at 1100 DART Way, Des Moines, IA 50309

The successful bidder shall make contact with the Maintenance Supervisor-on-Duty whenever
entering or exiting the facility.

DART garage area must be kept clean. Waste materials from installation must be collected and
removed by the contractor.

While within the DART facility, the successful bidder shall follow the instructions of DART
personnel.

Inspection of installed/removed advertising will be done, by DART staff, within 3-5 business days.
Any work that does not pass inspection must be corrected, by the contractor, with seven (7)
calendar days. Work shall be coordinated with DART staff.

Bus number, safety stickers, exterior signage and labels, and various sections of the bus (e.g., front
curbside/driver’s window, emergency exits, etc.) must be clearly visible from the outside and
unobstructed by the wrap ads. DART will provide direction to contractors about the placement of
the wrap ads.

The successful bidder should direct questions about installation/removal to DART Maintenance
Manager and/or the Maintenance Supervisor-on-Duty.

The successful bidder shall take a picture of the completed installation/removal.

The successful bidder is responsible for returning bus to its original condition, with reasonable
wear and tear exempted, when any display advertisements are removed.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
11

Damage to the paint surface caused by the application or removal of advertisements is not
considered reasonable wear and tear.

The successful bidder is responsible for the cost of any damages to the transit bus, resulting from
their installation and/or removal work.

Payment for paint and/or body damage will be invoiced, due and payable net 30 days from receipt
of invoice or may be deducted from any balances owed.

Hiding paint damage will be grounds for termination of services.
2.7.
AUDIO ADVERTISING SCOPE OF WORK
A. PROJECT SCOPE
DART is soliciting written proposals from interested parties to act as the exclusive agent for DART for the
sale of on-board audio advertising on DART buses. The advertisements should be played utilizing the
annunciator system inside DART buses. Location-based advertisements should be based on location
provided by the vehicles on board Automated Vehicle Locator system. DART’s annunciator system and
Automated Vehicle Locater system are provided by Trapeze Group.
B
C
SCOPE OF WORK

Location-based and time-based advertising shall be offered for sale to organizations who are
interested in placing audio advertising on DART buses.

The contractor shall perform all duties necessary to sell location-based or time-based advertising
to organizations who are interested in placing audio advertisements on DART buses.

The contractor shall, at its expense, provide for all production, recording, formatting, testing, and
delivery of audio advertising files to DART for upload to its on-board annunciator system.

The contractor shall make inventory available for DART's use for in-house messaging and public
service announcements according to terms proposed and accepted as part of this procurement
process.

The Contractor, if they are not the successful bidder for Print Advertising, shall cooperate and
coordinate marketing with the contractor for Print Advertising. Contractor shall coordinate all
marketing and sales activities with the Print Advertising contractor to the fullest extent possible
to as to not negatively impact operations or DART’s overall transit advertising revenue.

The Contractor shall comply with DART’s Advertising Policy attached as Exhibit B.

The Contractor shall pay DART the agreed upon Revenue Percentage share according to the terms
in Section 6 – Contract Provisions.
RESEARCH AND TESTING
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
12
The Contractor shall propose a process during which on board audio advertising will be tested on a limited
basis to determine the following:
D

Customer and operator attitudes and acceptance

Technical performance of recorded messages

Accuracy of location-based playback relative to GPS locations
INTEGRATION WITH CURRENT ANNOUNCEMENTS
The location-based and time-based announcements may not interfere with current pre-programmed
announcements. These currently include:





Location of major intersections and bus stop location.
Driver announcement of specific stops, when requested.
DART in-house messaging.
DART approved audio PSA’s.
The cessation of audio messaging when a stop is requested.
E ADDITIONAL REQUIREMENTS AND RESTRICTIONS




2.8.
DART has approximately 1,450 bus stops available for location-based advertising
Audio advertising may only be done on DART’s fixed route vehicles.
Availability for time-based advertising is as follows:
o Morning prime time: 6:00 a.m. to 9:00 a.m.
o Evening prime time 4:00 p.m. to 7:00 p.m.
The number of ads that can be played on DART vehicles and spacing of those ads shall be
determined in consultation with DART’s Chief Engagement and Communications Officer.
INTELLECTUAL PROPERTY
Any artwork, designs, written reports, templates, advertising, or other works made by the contractor(s)
under this contract shall be considered works for hire and become the property of Des Moines Area
Regional Transit Authority. Any such works shall not be stamped with the bidder’s proprietary markings.
All works produced shall be turned over in their original formats, if requested, to DART, and/or shall be
furnished to DART immediately at the end of the final contract period.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
13
3.1.
GENERAL GUIDANCE
DART reserves the right to accept or reject any or all proposals and may select, and negotiate with one or
more Proposers concurrently should they both be deemed equal, and enter into a Contract with such
Proposer who is determined, by the DART, to provide the services which are in the best interest of DART.
DART may agree to such terms and conditions as it may determine to be in its interest.
DART’s Selection Committee reserves the right to request additional information from Proposers, to
negotiate terms and conditions of the Contract, request or oral presentations, or ask Proposers to appear
before the Selection Committee to clarify points of their proposal. DART does plan to include oral
presentations at this time.
3.2.
EVALUATION CRITERIA
The evaluation criteria for this procurement are:
A. FAMILIARITY, EXPERIENCE, AND PAST PERFORMANCE (25 PERCENT)
Print and Audio Advertising: The evaluation will be based upon the firms past experience on similar
projects. This also includes the technical qualifications and work experience of key personnel assigned to
work with DART staff.
B. ABILITY TO PROVIDE REQUIRED SERVICE (20 PERCENT)
Print Advertising: The proposal should provide information that represents the firm’s ability to meet the
varied advertising sales, production, installation, and removal requirements.
Audio Advertising: The proposal should provide information that represents the firm’s ability to meet the
varied advertising, research and testing, production, and delivery of audio advertisements.
C. THE SERVICE DELIVERY PLAN FOR DART (20 PERCENT)
Print and Audio Advertising: The evaluation will be based upon how the firm will manage their
responsibilities, schedule the work to be performed and work with DART personnel.
D. REVENUE (35 PERCENT)
Print Advertising: The evaluation will be based upon the proposed Guaranteed Minimum Payment and
Revenue Share.
Audio Advertising: The evaluation will be based on the Revenue Share.
All Respondents will be notified after the Selection Committee has selected the most qualified
Respondent(s).
Award of this RFP shall be on the basis of the above-outlined evaluation criteria and awarded to the
Proposer whose proposal is judged as providing the best value in meeting the interest of DART and the
objectives of the project, in DART’s sole determination.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
14
4.1.
PROPOSAL TIMELINE
The following timeline has been established for this Request for Proposals:
TASK
DATE
Date Issued:
01/06/2016
Deadline for Questions Regarding this RFP:
01/12/2016
Answers to Questions Posted on Website:
01/20/2016
Proposals Due:
02/05/2016
Selection Goal Date:
03/25/2016
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
15
5.1.
INTERPRETATION OF RFP DOCUMENTS
No oral interpretations will be made to any firms as to the meaning of specifications or any other contracts
documents. All questions pertaining to the terms and conditions or scope of work of this RFP must be sent
in writing (mail, e-mail, or fax) to the DART Purchasing Manager and received by the date specified.
Responses to questions may be handled as an addendum if the response would provide clarification to
requirements of the proposal. All such addenda shall become part of the contract documents. DART will
not be responsible for any other explanation or interpretation of the proposed proposal made or given
prior to the award of the contract. The DART Purchasing Manager will be unable to respond to questions
received after the specified time frame. If no request for clarification is submitted by the Proposer all
conditions and requirements contained within are accepted and understood by the Proposer.
5.2.
ADDENDUM TO RFP
If it becomes necessary to revise this RFP, any addendums will be posted on the DART website and to or
those having expressed an interest in submitting a proposal.
5.3.
TYPE OF CONTRACT
DART intends to award a fixed, with a price re-determination contract. The fixed price will be based upon
the Guaranteed Minimum Payment and the price re-determination will be based upon proceeds paid to
DART over and above the Guaranteed Minimum Payment, based upon the Revenue Share percentage.
5.4.
RIGHTS OF DART IN REQUEST FOR PROPOSAL PROCESS
DART may investigate the qualifications of any Proposer under consideration. DART may require
confirmation of information furnished by a Proposer, and require additional evidence of qualifications to
perform the Services described in this RFP. DART reserves the right to:

Disqualify any Proposer in accordance with Instruction to Proposers

Reject any or all of the Proposals, at its discretion

Remedy errors in the RFP

Cancel the entire RFP

Issue subsequent RFP

Appoint evaluation committees to review Proposals

Seek the assistance of outside technical experts to review Proposals

Approve or disapprove the use of particular Subconsultants and Suppliers

Establish a short list of Proposers eligible for discussions after review of written Proposals

Solicit best and final offers (BAFO) from all or some of the Proposers

Negotiate with any, all or none of the Proposers

Award a contract to one Proposer

Accept other than the lowest priced Proposal

Disqualify the Proposal(s) upon evidence of collusion with intent to defraud or other illegal
practices on the part of the Proposer(s)
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
16

Waive any informalities or irregularities in any Proposal, to the extent permitted by law.
This RFP does not commit DART to enter into a Contract.
5.5.
DART PROTEST PROCEDURES
A. WHO MAY PROTEST OR APPEAL.
Any Proposer showing a substantial economic interest in the award of a contract under this procurement
who claims to be aggrieved in connection with the solicitation or proposed award of a contract under this
procurement may protest to DART in accordance with the procedures set forth herein.
B. TIMING OF PROTEST.
A protest must be submitted by an Interested Party no later than 7 business days prior to the date and
time designated for submittal of bids or proposals or within 5 business days after the allegedly aggrieved
person or party is notified of contract award. All protest must be in writing and shall contain the following:

the procurement title and/or number under which the protest is made;

the name and address of the allegedly aggrieved party;

a detailed description of the specific grounds for the protest and all supporting documentation;

the specific ruling or relief requested; and

the written protest shall be addressed to DART Procurement Manager, Des Moines Area Regional
Transit Authority, 620 Cherry Street, Des Moines, IA 50309.
C. EVALUATION OF PROTESTS.
A protest decision should ordinarily be written and published within ten (10) working days of receipt of
the protest. The Procurement Manager may extend the response period if additional time is required to
gather and evaluate information necessary for the decision or for other good cause.
Upon receipt of a protest, the Procurement Manager shall notify parties involved in the procurement as
identified above, and such DART personnel or others as may be appropriate or necessary to determine
the validity of the protest. A notice of the receipt of a protest pertaining to a federally participating
purchase shall be sent to the FTA regional office, per FTA Circular 4220.1F, Chapter VII, Sec. 1.a(2). Copies
of the protest submittal, or portions thereof, may be provided to the notified parties as appropriate.
The Procurement Manager may request additional written information from the protestor or other
parties, as necessary to determine the validity of the protest. A formal or informal hearing may be held.
If a formal hearing is held, testimony shall be given under oath and a transcript or electronic recording of
the proceeding shall be made; the transcript or recording shall be provided to the protestor and made
part of the protest record.
The Procurement Manager shall redact from any submission under the protest process information which
has been identified as proprietary, and which, in his/her judgment, is protected from disclosure under the
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
17
Iowa Freedom of Information Act prior to furnishing such submission to any other party, unless the person
furnishing the information consents, in writing, to distribution of the information to other interested
parties.
The Procurement Manager will consult DART Legal Counsel prior to issuing a decision regarding the
protest.
D. RESPONSE TO PROTEST.
Upon receipt of a timely written protest, the Procurement Manager will consider the protest in
accordance with established procedures and promptly issue a written decision stating the reasons for the
action taken and informing the allegedly aggrieved person of his/her right to appeal the decision to the
General Manager.
The decision document will contain four parts:

SUMMARY – Describes briefly the protesting party, the solicitation involved, the issue(s) raised,
and the decision.

BACKGROUND – Describes in more detail the history of the solicitation and the procurement
events leading to the protest, the date the protest was received, and the process by which it was
evaluated.

DISCUSSION – Identifies the issue or issues raised by the protestor, and the factors considered in
reaching a decision, and the rationale for the decision.

DETERMINATION – States the decision and any remedy or subsequent action, e.g. cancellation of
the procurement, resulting from it.
The decision made by the Procurement Manager shall be final and conclusive unless appealed in writing
to the General Manager within 5 business days of receipt by the Protestor. The General Manager will
consider the appeal and promptly issue a written decision, which shall be final and conclusive.
A Protestor may not commence litigation prior to exhausting all administrative remedies. Failure to
exhaust all administrative remedies shall constitute an absolute waiver of the protestor's right, if any, to
commence litigation.
Failure to comply with these protests and appeal requirements will render a protest or an appeal untimely
or inadequate and may result in its rejection by DART.
After the exhaustion of all administrative remedies, the protestor shall have 10 calendar days to
commence litigation. Failure to commence litigation within this limitation shall constitute an absolute
waiver of the protestor's right
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
18
E. RECORD OF PROTEST.
Upon receipt of a protest involving FTA funded contracts, FTA shall be notified, and shall be kept informed
of the status of the protest until resolved.
F. PROTEST AT THE FEDERAL TRANSIT ADMINISTRATION LEVEL.
Protests made to the FTA will be limited to DART's failure to have or follow its protest procedures, DART's
failure to review a complaint or protest, or violations of Federal law or regulation. Any protest to the FTA
must be made in accordance with the following guidelines:

A protest must be filed with the FTA no later than 5 business days after the protester learns or
should have learned of an adverse decision by DART or other basis of appeal to FTA;

A protest to FTA must be filed in accordance with FTA Circular 4220.1F, Chapter VII, as amended.

The Procurement Manager shall submit to the FTA Regional Office a copy of all protests and
DART’s response.
5.6.
PRICES, TERMS AND PAYMENT
Firm prices shall be proposed and must include all ancillary costs as well as the following:

Taxes: DART does not pay federal excise and sales taxes or state excise and use taxes on direct
purchases.

Mistakes: Proposers are expected to examine the conditions, scope of work, proposal prices,
extensions, specifications and all instructions pertaining to the request for proposal. Failure to do
so will be at the Proposers risk.

Invoicing and Payment: Charges rendered from the consultant to DART shall be due and payable
on terms of Net 45 days after proper and complete billing is received from DART.
5.7.
DURATION OF OFFER
All proposals shall remain in effect for a minimum of one hundred eighty (180) days from the proposal
opening date or scheduled date for receipt of proposals. Proposers that allow less than one hundred
eighty (180) days for acceptance by DART will be considered non-responsive and will be rejected.
5.8.
TAX EXEMPTION
DART is exempt from payment of all Federal, State, and local taxes in connection with this Project. Said
taxes shall not be included in the proposal or proposal prices. DART will provide necessary tax exemption
certificates. This provision does not relieve the Consultant from the responsibility to pay all applicable
taxes for goods, services, and labor acquired in the performance of this Project.
5.9.

LATE PROPOSALS OR WITHDRAWAL OF PROPOSALS
Any proposal received at the DART offices designated in the solicitation after the time specified
for receipt of proposals will not be considered and will be returned to the proposer unopened.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
19

A proposal may be withdrawn in person by the proposer or their authorized representative,
provided their identity is made known and a receipt is signed for the proposal, and only if the
withdrawal is made prior to the time specified for receipt of proposals.
5.10. QUALIFICATIONS FOR AWARD
Award of this contract shall be made to the proposal which is responsive in all respects to these
procurement requirements, and where the Proposer is determined to be a responsible Proposer, a
determination that shall be made solely at the discretion of DART. The Proposer affirms and declares:

The Proposer has the capacity to do business within the State of Iowa.

The Proposer has the capability to assure completion of the required services within the time
specified under this contract.

The Proposer presently has the necessary facilities, financial resources and licenses to complete
the contract in a satisfactory manner and within the required time.

The Proposer is of lawful age and that no other person, firm or corporation has any interest in this
proposal or the contract proposed to be entered into.

The Proposer is not in arrears to the Des Moines Area Regional Transit Authority upon debt or
contract and is not defaulting as surety or otherwise, upon any obligation to the Des Moines Area
Regional Transit Authority.

No member, officer, or employee of DART during his tenure or for two years thereafter shall have
any interest, direct or indirect, in this contract or the proceeds thereof.

To be “qualified” by DART, the proposer must have all State and Local licenses as legally required
that are necessary to perform and complete the work as called for herein.

The proposer is not on the Comptroller General’s list of ineligible consultants.
5.11. WITHHOLDING AWARD
This solicitation for proposals does not commit DART to award a contract, pay any costs incurred in
preparation of proposal or proposals in response to this solicitation, or to procure or contract for goods
or services. Proposer shall be responsible for all costs incurred as part of their participation in the preaward process.
5.12. PROPOSAL ACCEPTANCE, REJECTION, AND POSTPONEMENT
DART reserves the right to postpone, accept, or reject any and all proposals in whole or in part, on such
basis as the DART Commission deems to be in its best interest to do so, subject to the rules and regulations
set forth by the U.S. Department of Transportation.
Any person, firm, corporation, Joint Venture/partnership, or other interested party that has been
compensated by DART or a consultant engaged by DART for assistance in preparing the RFP Documents
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
20
and/or estimate shall be considered to have gained an unfair competitive advantage in proposing and
shall be precluded from submitting a Proposal in response to the RFP.
Any person, firm, corporation, Joint Venture/partnership, or other interested party that has continued
discussions regarding this RFP with DART or consultant staff other than the Contract Administrator (with
the exception of the Contract Compliance Office regarding DBE informational requests or informational
requests on the Lobbying Program) after the RFP is issued may be considered to have gained an unfair
competitive advantage in proposing and may be precluded from submitting a Proposal in response to the
RFP.
5.13. USDOT/FTA/IDOT CONCURRENCE FOR CONTRACT AWARD
The award of a Contract for this Project may be subject to review and concurrence by the U.S. Department
of Transportation, Federal Transit Administration and/or the Iowa Department of Transportation.
5.14. DEBARMENT AND SUSPENSION
Proposers shall complete and submit as part of their proposal, the Certification of Primary Contractor
Regarding Debarment, Suspension, and Other Responsibility Matters for all projects when the total
aggregate value of the contract exceeds $100,000. The proposer shall also submit a list of subcontracts
and subcontractors that will have a financial interest in this Project that exceeds $25,000 or will have a
critical influence on or a substantive control over the Project. A Certification Of Lower-Tier Participants
Regarding Debarment, Suspension, And Other Ineligibility And Voluntary Exclusions shall be submitted by
the proposer to DART for each listed subcontractor prior to contract award.
During the term of the Contract the successful proposer will be required to immediately notify DART of 1)
any potential subcontractor that is subject to this provision and to submit the appropriate certification
prior to award of a subcontract, 2) any information that its certification or certification of its
subcontractors was erroneous when submitted, 3) any information that certifications have become
erroneous by reason of changed circumstances.
5.15. DBE PARTICIPATION
The Contractor, Subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this (contract or agreement). The requirements of 49 CFR Part 26 and
the recipient’s U.S. DOT-approved Disadvantaged Business Enterprise (DBE) program are incorporated in
this (contract or agreement) by reference. In connection with the performance of this contract, the
contractor will cooperate with DART in meeting its DBE goal and shall have the maximum practical
opportunity to compete for subcontract work under this contract. The current DART DBE goal is 0.53
percent. It is the policy of DART that DBE’s shall have the maximum practicable opportunity to participate
in DART contracts. In order to insure that a fair proportion of the purchases and contracts are placed with
DBE’s, the bidder agrees to take affirmative action to the greatest extent practicable including good faith
effort to identify qualified DBE firms for supplies and services to this bid. Failure by the Contractor,
subrecipient, or subcontractor to carry out these requirements is a material breach of the contract,
agreement or Purchase Order, which may result in the termination of this (contract or agreement) or such
other remedy as DART deems appropriate.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
21
5.16. EXCLUSIONARY OR DISCRIMINATORY SPECIFICATIONS
DART agrees that it will comply with the requirements of 49 U.S.C. Section 5323(h)(2) by refraining from
using any federal assistance awarded by the Federal Transit Administration to support procurements
using exclusionary or discriminatory specifications. DART further agrees to refrain from using state or local
geographic preferences, except those expressly mandated or encouraged by federal statute.
5.17. LOBBYING CERTIFICATION
Proposers shall complete and submit as part of their proposal the Certification of Restrictions on Lobbying
for all projects when the total aggregate value of the contract exceeds $100,000. The Contractor shall
also submit a list of subcontracts and subcontractors that will exceed $100,000. A Certification of
Restrictions on Lobbying shall be submitted by the proposer to DART for each listed subcontractor prior
to contract award.
5.18. COLLUSION
The Proposer, by affixing his signature to the Certification Form, agrees to the following: "Proposer
certifies that their proposal is made without previous understanding, agreement, or connections with any
person, firm, or corporation making a proposal for the same items and is in all respects fair, without
outside control, collusion, fraud, or otherwise illegal action".
5.19. LEGAL REQUIREMENTS
Federal, state, county and local laws and ordinances, rules and regulations shall govern submittal and
evaluation of proposals received and shall govern claims and disputes between Proposer(s) and DART by
and through its officers, employees, authorized representatives, or any person, natural or otherwise. Lack
of knowledge by Proposer is not a cognizable defense against legal effects.
5.20. EXCEPTIONS
Proposer is advised that if it wishes to take exception to any of the terms contained in this RFP it must
identify the term and the exception in its response to the procurement. Failure to do so may lead DART
to declare any such term non-negotiable. Consultant’s desire to take exception to a non-negotiable term
will not disqualify it from consideration for award.
5.21. PROJECT STARTUP
The Contractor agrees to commence work on this Project immediately upon the signing of this Contract
by both parties and the issuance of a Notice To Proceed by DART.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
22
1. DEFINITIONS
Terms not defined in the Contract Documents shall have the meanings ascribed to such terms in applicable
federal, state or local laws and regulations. If there is a conflict between any defined terms, DART’s
reasonable interpretation of said term shall govern.
2. CONTRACT DOCUMENTS
For the purposes of this Contract, the following documents are collectively referred to herein as the
“Contract Documents”:
A) The third-party contracting requirements in Federal Transit Administration (“FTA”) Circular
4220.1F as well as the applicable “Federally Required and Other Model Clauses” which are
available on the FTA web site at http://www.fta.dot.gov/12831_6195.html
B) This Contract together with all Exhibits and attachments hereto
C) The Solicitation; and
D) The Response
In the event of a conflict between the terms of any of the documents that constitute the Contract
Documents, the order of precedence of such documents shall be in descending order from A) to D). To
the extent any of the terms of the Response conflict with the other documents that constitute the
Contract Documents or the terms of the Response are not applicable or relevant in the reasonable opinion
of DART, then those certain terms and provisions contained in the Response shall not be applicable and
shall not constitute part of the Contract Documents. Contract Documents shall further include any
properly executed amendments or change orders.
3. REQUIRED NOTICE TO PROCEED
Contractor shall not proceed with any work required under the Contract Documents without a written
notice of award from DART (the “Notice to Proceed”). Any work performed or expenses incurred by
Contractor prior to receipt of the Notice to Proceed shall be entirely at Contractor’s risk.
4. GUARANTEED MINIMUM PAYMENT AND REVENUE SHARE PERCENTAGE PAYMENT
Contractor shall provide Services of an amount that would be not less than the Guaranteed Minimum
Payment, which represents the fixed price of this Contract, unless otherwise agreed in writing by DART.
Contractor may also provide Services in excess of the Guaranteed Minimum Payment. When the Services
provided exceed the level necessary to achieve the Guaranteed Minimum Payment, The Contractor shall
pay DART the Revenue Share percentage amount specified in the Contract Documents. Payments under
the Revenue Share percentage represents an agreed to redetermined pricing of this Contract.
The Guaranteed Minimum Payment and Revenue Share percentage is provided in Exhibit A of the
Contract.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
23
5. CONTRACTOR SERVICES
The Contractor, at the direction of DART, shall provide to DART, services in conformance with the scope
of work set forth in Section 2 of the contract.
6. CONTRACT PERFORMANCE TIME
Unless terminated in accordance with other provisions of this Agreement or extended by mutual
agreement of Parties, this Contract will remain in effect for five (5) years after the Effective Date with
three (3) options for one (1) year of additional Service.
7. PAYMENT
A) PAYMENT; PROCEDURE FOR INVOICING.
Contractor agrees to pay DART the Guaranteed Minimum Payment or the Revenue Share percentage of
all advertising sold per month, whichever is greater.
1) The percentage calculation shall be based upon advertisements sold and not monthly
receipts.
2) The Contractor is responsible for billing and collecting funds from all advertisers. The
Contractor expressly understands and agrees that the Contractor solely bears the loss if
a billing of a Contractor billed client is uncollectible, except in the case of legally filed
bankruptcies.
3) The Contractor shall furnish by the 25th day of each month, and in each succeeding month
of the agreement, an in the month following the termination of this agreement; a verified
copy of the client billings for the prior month to document Service provided for that
period. Along with this statement, the Contractor shall also provide pre-numbered copies
of each advertising contract sold.
4) DART shall prepare an invoice for the greater of the Guaranteed Minimum Payment or
the Revenue Share percentage. DART shall provide this invoice to the contractor by the
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
24
10th day of the month following the receipt of the Contractor’s verified client billing
statement. Payment related correspondence shall be sent to:
DART
Attn: Accounts Receivable
620 Cherry Street
Des Moines, IA 50309
B) TIME OF PAYMENT BY DART.
DART may request additional documentation from Contractor prior to presentation of any invoice to
Contractor for payment of revenue to DART under this Agreement.
C) AUDITS.
DART may, at any time, conduct an audit of any and all records kept by Contractor in connection with
the Project. Any overpayment to Contractor by DART discovered during the course of such an audit
may be set off against future amounts owed to Contractor by DART.
D) PAYMENT DUE DATE.
The Contractor shall make full payment within net forty-five (45) days after receipt and approval by
DART of Contractor’s invoice, unless otherwise stated in the Contract Documents.
E) RECIEPT OF PAYMENT BY DART AS RELEASE BY CONTRACTOR.
The payment by Contractor, its successors, or assigns of any Guaranteed Minimum Payment or
Revenue Share or final payment due pursuant to the Contract Documents shall constitute a full and
complete release of DART from any and all claims, demands, or causes of action whatsoever that the
Contractor, its successors, or assigns may have against the DART in connection with the Services
performed under the Contract Documents, through the date that the Services are rendered and for
which such payment is made.
F) SUBCONTRACTORS.
In the event Contractor is utilizing any subcontractors for the furnishing of Services, upon request by
DART, Contractor shall provide to DART copies of billings and other invoices which may be received
from any such subcontractors and, in addition, Contractor will obtain releases from time to time in
favor of DART from any subcontractor(s) for work so performed by that subcontractor.
8. MODIFICATION OF CONTRACT DOCUMENTS
DART may make such additions, deletions or revisions as DART may see fit, in the fleet size, types of
vehicles in the fleet, Advertising Terms and Conditions, Public Service Announcement Programs, and
underlying policies and procedures used to administer the transit advertising program, or any part
thereof, either before or after the beginning of the Contract, without affecting the validity of this contract.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
25
Oral modification of the Contract Documents is not permitted. A party shall request any modifications of
the Contract Documents in writing to the other party. If a requested modification is approved by the
parties and such modification causes an increase or decrease in the cost or time required to complete the
Project, the parties will agree to an equitable adjustment of the Contract Documents and will reflect the
adjustment in a written change order signed by both parties. Neither party is obligated to perform
requested modifications unless both parties execute a written change order. Contractor will not be
compensated for any work performed or goods delivered prior to the execution of a written change order
by both parties.
9. CONTRACTOR’S OBLIGATIONS
A) INDEPENDENT CONTRACTOR.
As an independent contractor, Contractor shall, at its sole cost and expense, provide all labor,
materials, equipment, tools, supplies and incidentals necessary to perform this Contract in the
manner and to the full extent as set forth in the Contract Documents.
B) CONTRACTOR PERFORMANCE.
Contractor will render its Services in accordance with the standard of care, skill and diligence exercised
by members of the same profession providing similar services under similar conditions at the locale
of the Project and at the time the Services are to be performed. The Contractor’s performance shall
be considered acceptable when:
1) Contractor’s performance has been reviewed and approved by DART; and
2) Contractor has delivered to DART a final affidavit in form acceptable to DART which
incorporates a full general release of DART from Contractor and its subcontractors, if any; and
3) All the other duties and obligations to be performed by Contractor under the Contract
Documents have been satisfactorily met or performed, including the delivery to DART of any
materials or documentation relating to the Services, including any warranty materials.
C) FEDERAL FUNDING.
Contractor acknowledges that DART is a public agency that receives both federal and state funding.
Contractor agrees to abide by and conform to all applicable Federal and state laws, rules and
regulations, whether or not such laws, rules and regulations are expressly set forth in the Contract
Documents. Contractor hereby specifically agrees to abide by and conform to those certain rules and
regulations promulgated by FTA and/or the Iowa Department of Transportation.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
26
D) TAX EXEPMT STATUS.
Contractor acknowledges DART is exempt from payment of Iowa sales and use taxes, and DART agrees
to sign an exemption certificate submitted by Contractor, if required. Contractor shall pay all
applicable license fees and all applicable sales, use and other similar taxes relating to or arising out of
the Contract Documents.
E) PAYMENT OF CONTRACTOR EMPLOYEE EMPLOYMENT TAXES.
Contractor shall be responsible for payment of its employee(s)’ Federal Insurance Contributions Act
and Social Security benefits with respect to this Contract.
F) PERMITS, LICENSES, AND APPROVALS REQUIRED.
Unless otherwise expressly set forth in the Contract Documents, Contractor shall be responsible for
securing, at Contractor’s sole expense, all necessary permits, licenses, and approvals. Contractor shall
promptly furnish copies of all such permits, licenses and approvals to DART as and when obtained.
G) TESTS AND INSPECTIONS.
Contractor shall be responsible to coordinate all tests and inspections necessary for the proper
execution and timely completion of this Contract.
H) INSURANCE.
Contractor shall be required to obtain and maintain during the term of this Contract, at Contractor’s
sole expense, any and all insurance required under the Contract Documents or as may be otherwise
reasonably required by DART. DART shall be listed as an additional insured under said insurance
policies. Contractor shall furnish certificates of insurance to DART.
I)
MEETINGS BETWEEN CONTRACTOR REPRESENTATIVES AND DART.
Contractor shall provide to DART such additional information as DART may reasonably request from
time to time. At DART’s request, Contractor and certain of its employees and representatives shall
also meet with DART from time to time regarding the Services to be rendered under this Contract.
J)
CLAIMS.
Should either party suffer injury or damage to person or property due to any act or omission of the
other party or of any of the other party’s employees, representatives, or agents, a claim for damages
therefore shall be made in writing to the other party within a reasonable time after the first
observance of such injury or damage.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
27
10. TERMINATION
A) TERMINATION BY DART FOR CONVENIENCE.
DART may terminate this Contract, in whole or in part, at any time for DART’s convenience. If this
Contract is terminated for DART’s convenience pursuant to this subsection A), DART and Contractor
shall make appropriate equitable adjustments to the terms of the Contract Documents; provided,
however, Contractor shall in no circumstances be entitled to payment for loss of anticipated profits
or compensated for Services not performed prior to the effective date of such termination.
B) TERMINATION BY DART FOR BREACH OR DEFAULT.
DART may terminate this Contract, in whole or in part, at any time due to Contractor’s default or
breach of its obligations under the Contract Documents. If this Contract is terminated by DART due to
Contractor’s default or breach of its obligations under the Contract Documents pursuant to this
subsection B), DART may have the Services performed and/or the Project completed by other means
and Contractor shall be liable for any additional cost incurred by DART in connection with such
performance and/or completion. If, after termination of this Contract pursuant to this subsection B),
it is determined that Contractor did not default or breach its obligations under the Contact
Documents, the rights and obligations of the parties shall be the same as if this Contract was
terminated for DART’s convenience pursuant to subsection 6.9.A).
C) NOTICE OF TERMINATION FROM DART.
DART shall terminate this Contract pursuant to subsections 6.9.A or 6.9.B above by delivering to
Contractor a notice of termination specifying the reason(s) for such termination, the effective date of
the termination and such additional information as DART deems appropriate. Upon receipt of the
notice of termination by Contractor, Contractor shall: (1) immediately discontinue all Services (unless
the notice of termination directs otherwise), and (2) deliver to DART all data, drawings, specifications,
reports, estimates, summaries, and other information and materials obtained or accumulated by
Contractor in its performance of this Contract, whether completed or in process.
D) OPPORTUNITY TO CURE.
In the event DART is providing a notice of termination to Contractor pursuant to subsection B), DART,
in its sole discretion, may allow Contractor a ten (10) day cure period during which Contractor may
cure the default or breach and avoid termination of this Contract. If Contractor fails to cure the default
or breach to DART’s satisfaction during such ten (10) day period, DART shall have the right to
terminate this Contract at the conclusion of the ten (10) day period without any further obligation to
Contractor. A termination of this Contract by DART pursuant to subsection B) shall not preclude DART
from also pursuing any and all available remedies against Contractor and its sureties for said default
or breach.
E) WAIVER OF REMEDIES FOR ANY BREACH.
In the event DART waives any default or breach of this Contract by Contractor, such waiver by DART
shall not limit DART’s remedies for any subsequent default or breach of this Contract by Contractor.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
28
11. DISPUTE RESOLUTION
A) DISPUTES.
Disputes arising in the performance of this Contract which are not resolved by concurrence of the
parties shall be decided in writing by an authorized representative of DART. Such decision shall be
final and conclusive unless within ten (10) days from the date of receipt by Contractor, Contractor
mails or otherwise furnishes a written appeal to DART. In connection with any such appeal, Contractor
shall be afforded an opportunity to be heard and to offer evidence in support of its position. An appeal
tribunal will be established by DART for the hearing and the decision of such appeal tribunal shall be
binding upon the parties.
B) PERFORMANCE DURING DISPUTE.
Unless otherwise directed by DART, Contractor shall continue performance of its duties and
obligations under the Contract Documents while matters in dispute are being resolved.
C) CLAIMS FOR DAMAGES.
If either party suffers injury or damage to person or property because of any act or omission of the
other party or of any of the other party’s employees, representatives, or agents, a claim for damages
therefore shall be made in writing to such other party within a reasonable time after the first
observance of such injury or damage.
D) ARBITRATION.
Unless this Contract provides otherwise, all claims, counterclaims, disputes and other matters in
question between DART and Contractor arising out of or relating to the Contract Documents will be
decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction in Polk
County, Iowa.
E) RIGHTS AND REMEDIES.
The duties and obligations imposed by the Contract Documents and the rights and remedies available
thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies
otherwise imposed or available by law. No action or failure to act by DART or Contractor shall
constitute a waiver of any right or duty afforded under the Contract Documents, nor shall any such
action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as
may be specifically agreed in writing.
12. NOTICES
All notices to be provided pursuant to this Contract shall be made to the addresses listed in the initial
paragraph of this Contract, unless otherwise provided below:
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
29
A) Primary point of contact for daily operations regarding the Services pursuant to this Contract is:
For DART:
For Contractor:
Amanda Wanke
Marketing Director
Des Moines Area Regional Transit Authority
620 Cherry Street
Des Moines, IA 50309
Phone: 515-283-8132
Email: [email protected]
____________________
____________________
____________________
____________________
____________________
____________________
B) Primary point of contact for legal notices, authority to modify or act under this Contract, and
overall Contractor performance is:
For DART:
Dan Clark
Contract Administrator
620 Cherry Street
Des Moines, Iowa 50309
Phone: (515) 283-5034
E-mail: [email protected]
For Contractor:
____________________
____________________
____________________
____________________
____________________
____________________
C) DART and Contractor may change its staff designations upon written notice to the other party.
The designated DART staff member shall not have the authority to modify the Contract
Documents except in accordance with the terms of the Contract Documents and applicable laws,
rules and regulations. Notwithstanding anything herein to the contrary, no change, modification
or amendment shall be valid or binding upon DART if the staff member executing such instrument
has acted without proper authority.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
30
13. INDEMNIFICATION
A) INDEMNIFICATION AND HOLD HARMLESS.
Contractor agrees to fully defend, indemnify and hold harmless DART, FTA and their respective
directors, commissioners, members, officers, employees, and agents and their respective successors
and assigns from any and all claims, demands, causes of action, suits, proceedings, damages, losses,
and expenses (including attorneys’ fees) of any nature, character, or description arising out of or
related to:
1) The breach or alleged breach of this Contract, or the failure or alleged failure to perform this
Contract, by Contractor
2) The failure or alleged failure by Contractor to comply with any applicable law, rule or
regulation
3) Any negligent act, omission, misconduct, or fault of Contractor, or any alleged negligent act,
omission, misconduct or fault of Contractor
4) Contractor’s infringement or alleged infringement of any patent, copyright, trademark,
service mark, trade dress, trade secret or other proprietary right of a third party
5) Any claim by a governmental agency based upon nonpayment of taxes in connection with the
Services provided by Contractor under the Contract Documents
6) Any stop notices and/or liens filed in connection with the Project provided that DART is not in
default in payments owing to Contractor with respect to the Project
7) Any release of hazardous materials brought into the workplace by Contractor or negligent
removal or handling of any hazardous materials by Contractor
8) Any claim by a subcontractor relating to disruption, delay or loss caused by Contractor’s
interference with timely completion of the Project or failure of Contractor to cooperate with
subcontractors
B) SEVERABILITY.
The obligations contained in this section shall survive termination of this Contract and shall not be
limited by the amount of insurance required to obtain or maintained under this Contract. Subject to
the limitations set forth in this section, Contractor shall assume control of the defense of any claim
asserted by a third party against DART or FTA and, in connection with such defenses, shall appoint
lead counsel at Contractor’s expense. DART shall have the right, at its option, to participate in the
defense of any third party claim, without relieving Contractor of any of its obligations hereunder. If
Contractor assumes control of the defense of any third party claim in accordance with this section,
Contractor shall obtain the prior written consent of DART before entering into any settlement of such
claim. Notwithstanding anything to the contrary in this section, Contractor shall not assume or
maintain control of the defense of any third party claim, but shall pay the fees of counsel retained by
DART and all expenses including experts’ fees. Each party shall cooperate, and cause its agents to
cooperate, in the defense or prosecution of any third party claim and shall furnish or cause to be
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
31
furnished such records and information, and attend such conferences, discovery proceedings,
hearings, trials, or appeals, as may be reasonably requested in connection therewith.
14. ATTORNEY FEES
In the event of any legal action, including arbitration proceedings, seeking enforcement of this Contract,
the prevailing party shall be entitled to recover reasonable attorneys’ fees and the costs of such
proceedings from the other party, including without limitation fees and costs associated with any trial,
appellate or bankruptcy proceeding.
15. WAIVER OF JURY TRIAL
Each party hereby agrees not to elect a trial by jury of any issue tri-able of right by jury, and waives any
right to trial by jury fully to the extent that any such right shall now or hereafter exist with regard to the
contract documents, or any claim, counterclaim or other action arising in connection therewith. This
waiver of right to trial by jury is given knowingly and voluntarily by each party, and is intended to
encompass individually each instance and each issue as to which the right to a trial by jury would
otherwise accrue.
16. ASSIGNMENT
The terms and provisions of the Contract documents shall be binding upon DART and the Contractor and
their respective partners, successors, heirs, executors, administrators, assigns and legal representatives.
The rights and obligations of the Contractor under the Contract may not be transferred, assigned, sublet,
mortgaged, pledged or otherwise disposed of or encumbered in any way without DART’s prior written
consent. The Contractor may subcontract a portion of its obligations to other firms or parties but only
after having first obtained the written approval by DART of the subcontractor. DART may assign its rights
and obligations under the Contract to any successor to the rights and functions of DART or to any
governmental agency to the extent required by applicable laws or governmental regulations or to the
extent DART deems necessary or advisable under the circumstances.
17. EXCESS REPROCUREMENT LIABILITY
Contractor shall be liable for all expenses incurred by DART in re-procuring elsewhere the same or similar
materials or services offered by Contractor hereunder, should Contractor fail to perform. Such reprocurement expense obligation by Contractor shall be limited to the excess over the price specified
herein of such items or services.
18. COVENANT AGAINST GRATUITIES
The Contractor warrants that he or she has not offered or given gratuities (in the form of entertainment,
gifts, or otherwise) to any official or employee of DART with a view toward securing favorable treatment
in the awarding, amending, or evaluating performance of Contract.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
32
19. CIVIL RIGHTS REQUIREMENTS
A) NONDISCRIMINATION.
In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the
Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with
Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor
agrees that it will not discriminate against any employee or applicant for employment because of race,
color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with
applicable Federal implementing regulations and other implementing requirements FTA may issue.
B) EQUAL EMPLOYMENT OPPORTUNITY.
The following equal employment opportunity requirements apply to the underlying contract:
1) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as
amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor
agrees to comply with all applicable equal employment opportunity requirements of U.S.
Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq .,
(which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended
by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect construction
activities undertaken in the course of the Project. The Contractor agrees to take affirmative
action to ensure that applicants are employed, and that employees are treated during
employment, without regard to their race, color, creed, national origin, sex, or age. Such
action shall include, but not be limited to, the following: employment, upgrading, demotion
or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. In addition, the
Contractor agrees to comply with any implementing requirements FTA may issue.
2) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as
amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees
to refrain from discrimination against present and prospective employees for reason of age.
In addition, the Contractor agrees to comply with any implementing requirements FTA may
issue.
3) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements
of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal
Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining
to employment of persons with disabilities. In addition, the Contractor agrees to comply with
any implementing requirements FTA may issue.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
33
C) INCLUSION OF NONDISCRIMINATION CLAUSES IN SUBCONTRACTOR AGREEMENTS.
The Contractor also agrees to include these requirements in each subcontract financed in whole or in
part with Federal assistance provided by FTA, modified only if necessary to identify the affected
parties.
20. REPORTS AND RECORD RETENTION
A) REPORTS.
Contractor agrees to provide to FTA those reports required by the United States Department of
Transportation’s grant management rules and any other reports the federal government may require.
B) RECORD RETENTION.
Contractor agrees that, during the course of the Project and for three years thereafter, it will maintain
intact and readily accessible all data, documents, reports, records, contracts, and supporting materials
relating to the Project as the federal government may require for the Project.
C) SUBCONTRACTOR REPORT.
Contractor shall submit a monthly subcontractor report to DART:
Elaine German
Accounting Department
620 Cherry Street
Des Moines, IA 50309
Phone: (515)283-8133
Email: [email protected]
Such subcontractor report shall be submitted on the 1st day of each month and shall contain the
following data for the reporting period:





A listing of all subcontracts awarded during the reporting period;
Name of the subcontractors;
Amount of each subcontract;
Description of work or product to be provided or performed under each subcontract; and
Indication of whether subcontractor is a Disadvantaged Business Enterprise.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
34
21 CONTRACTOR’S LIABILITY INSURANCE
Contractor shall maintain such insurance as will protect it from claims under Workers' Compensation and
other employee benefit laws; from claims for damages because of bodily injury, including death, to its
employees and all others and from claims for damages to property; any or all of which may arise out of or
result from Contractor's operations and activities under the Contract Documents, or from any
subcontractor or anyone directly or indirectly employed by Contractor. DART shall be named as an
additional insured on such insurance policies. All policies shall contain an endorsement that written notice
shall be given to DART prior to termination, cancellation or reduction in coverage in the policy. Certificates
of such insurance shall be filed with DART prior to the commencement of this Contract.
A) Worker's compensation insurance shall be in the amount and coverage required by the State of
Iowa to protect against claims under the Worker's Compensation laws and other employee
benefit laws.
B) General comprehensive liability insurance, including bodily injury and death and property damage
insurance, shall be in the minimum amount of Two Million Dollars ($2,000,000) per occurrence.
C) Automobile liability and garage keeper’s liability insurance, including bodily injury and property
damage, shall be in the minimum amount of One Million Dollars ($1,000,000) per occurrence.
22. NO GOVERNMENT OBLIGATION TO THIRD PARTIES
The Des Moines Area Regional Transit Authority and Contractor acknowledge and agree that,
notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award
of the underlying contract, absent the express written consent by the Federal Government, the Federal
Government is not a party to this contract and shall not be subject to any obligations or liabilities to the
Des Moines Area Regional Transit Authority, Contractor, or any other party (whether or not a party to that
contract) pertaining to any matter resulting from the underlying contract.
The Contractor agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to
identify the subcontractor who will be subject to its provisions.
23. OFFICIALS NOT TO BENEFIT
No member of or delegate to Congress, or a member of DART’s governing body, shall be admitted to any
share or part of this contract or to any benefit arising from it. However, this clause does not apply to this
contract to the extent that this contract is made with a corporation for the corporation's general benefit.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
35
24. ACCESS FOR INDIVIDUALS WITH DISABILITIES
Contractor agrees to comply with, and assure that any sub-recipient, or third party Contractor under this
Project complies with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42
U.S.C. §§ 12101 et seq. and 49 U.S.C. § 322; Section 504 of the Rehabilitation Act of 1973, as amended,
29 U.S.C. § 794; Section 16 of the Federal Transit Act, as amended, 49 U.S.C. app § 1612; and the following
regulations and any amendments thereto:
A) U.S. DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 CFR, Part
37;
B) U.S. DOT regulations, “Nondiscrimination on the Basis of Handicap in Programs and Activities
Receiving or benefiting from Federal Financial Assistance,” 49 CFR, Part 27;
C) U.S. DOT regulations, “Americans with Disabilities (ADA) Accessibility Specifications for
Transportation Vehicles,” 49 CFR, Part 38;
D) Department of Justice (DOJ) regulations, “Nondiscrimination on the Basis of Disability in State and
Local Government Services,” 28 CFR, Part 35;
E) DOT regulations, “Nondiscrimination on the Basis of Disability by Public Accommodations and in
Commercial Facilities,” 28 CFR Part 36;
F) General Services Administration regulations, “Construction and Alteration of Public Buildings,”
“Accommodations for the Physically Handicapped,” 41 CFR, Part 101-19;
G) Equal Employment Opportunity Commission (EEOC) “Regulations to Implement the Equal
Employment Provisions of the Americans with Disabilities Act.” 29 CFR, Part 1630;
H) Federal Communications Commission regulations, “Telecommunications Relay Services and
Related DART Premises Equipment for the Hearing and Speech Disabled,” 47 CFR, Part 64, Subpart
F; and FTA regulations, “Transportation for Elderly and Handicapped Persons,” 49 CFR, Part 609.
I) FTA regulations, “Transportation for Elderly and Handicapped Persons,” 49 CFR, Part 609.
25. ENERGY CONSERVATION
The Contractor shall comply with mandatory standards and policies relating to energy efficiency that are
contained in applicable State energy conservation plans issued in compliance with the Energy Policy And
Conservation Act, 42 USC §§ 6321 et seq.
26. FALSE OR FRAUDULENT STATEMENTS AND CLAIMS
The contractor acknowledges and agrees as follows:
A) COMPLIANCE WITH PROGRAM CIVIL REMEDIES ACT AND PROGRAM FRAUD CIVIL REMEDIES.
The contractor recognizes that the requirements of the Program Civil Remedies Act of 1986, as
amended, 31 U.S.C. subsection 3801 et seq. and U.S. Department of Transportation regulations,
"Program Fraud Civil Remedies," 49 CFR Part 31, apply to its activities in connection with the project.
Accordingly, by signing the contract, the contractor certifies or affirms the truthfulness and accuracy
of each statement it has made, it makes, or it may make pertaining to the contract. In addition to
other penalties that may apply, the contractor also acknowledges that if it makes a false, fictitious or
fraudulent claim, statement, submission, or certification, the federal government reserves the right
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
36
to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on the
contractor to the extent the federal government deems appropriate.
B) USE OF FALSE, FICTIITIOUS, OR FRAUDULENT CLAIMS.
The contractor also acknowledges that if it makes a false, fictitious or fraudulent claim, statement,
submission, or certification to the federal government in connection with an urbanized area formula
project financed with federal assistance authorized by 49 U.S.C. section 5307, the government
reserves the right to impose on the contractor the penalties of 18 U.S.C. section 1001 and 49 U.S.C.
section 5307 (n) (1).
27. DEBARMENT AND SUSPENSION
A) COMPLIANCE WITH REGULATIONS.
The Contractor agrees to comply with U. S. Department of Transportation regulations, "Government
Debarment and Suspension (Non-procurement)", 49 CFR Part 29, and otherwise comply with the
requirements of those regulations. This includes the requirement of the contractor to submit the
Certification Of Primary Contractor Regarding Debarment, Suspension, And Other Responsibility
Matter for all projects when the total aggregate value of the Contract exceeds $100,000 and to submit
a Certification Of Lower Tier Participation Regarding Debarment, Suspension, and Other Ineligibility
and Voluntary Exclusions for each subcontractor which will have a financial interest in this Project
which exceeds $25,000 or will have a critical influence on or a substantive control over the Project.
B) NOTICES OF COMPLAINCE.
During the term of the Contract the Contractor agrees to immediately notify DART of 1) any potential
subcontractor that is subject to this provision and to submit the appropriate certification prior to
award of a subcontract, 2) any information that its certification or certification of its subcontractors
was erroneous when submitted, 3) any information that certifications have become erroneous by
reason of changed circumstances.
C) SUBCONTRACTOR CERTIFICATION.
The Contractor shall submit with each request for payment a list of all subcontractors to this contract
which have a financial interest in this Project which exceeds $25,000 or have had a critical influence
on or substantive control over the Project and submit evidence that the appropriate certificate has
been submitted and that they remain valid.
D) CERTIFICATION REQUIRED PRIOR TO PAYMENT.
DART will not make payment to the Contractor or a subcontractor that 1) does not comply with these
contract provisions, or, 2) is not in compliance with the above-cited federal requirements.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
37
28. DBE PARTICIPATION, PAYMENT AND REPORTING REQUIREMENTS
A)
DISCRIMINTATION PROHIBITED.
The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by
the contractor to carry out these requirements is a material breach of this contract, which may result
in the termination of this contract or such other remedy as DART deems appropriate.
B) AWARD TO CERTIFIED DBE SUBCONTRACTORS BY PRIME CONTRACTOR.
A minimum of five (5) percent of the total contract price, as awarded, may be awarded to certified
DBE's by the Contractor.
C) PROMPT PAYMENT.
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than 30 days from the receipt of each payment the prime
contractor receives from DART. The prime contractor agrees further to return retainage payments to
each subcontractor within 10 days after subcontractor’s work is satisfactorily completed. Any delay
or postponement of payment from the above referenced time frame may occur only for good cause
following written approval of DART. This clause applies to both DBE and non-DBE subcontractors.
1) Contractor Reporting Requirements. The prime contractor agrees to count only the value of
the work actually performed by the DBE firm toward its overall DBE goal. When a DBE
performs as a participant in a joint venture, the prime contractor agrees to count the portion
of the work of the contract that the DBE performs with its own forces toward its DBE goal only
if the DBE is performing a commercially useful function of the contract. The factors listed in
49 CFR Part 26 will be used to determine whether a DBE trucking firm is performing a
commercially useful function. The prime contractor understands that expenditures with DBEs
for materials or supplies toward DBE goals will be counted according to the factors listed in
49 CFR Part 26. The prime contractor agrees to meet with the DART DBE Liaison Officer for
the purpose of verifying contractor reporting requirements prior to the signing of a contract.
2) Legal and Contract Remedies. The prime contractor agrees to report quarterly to the DART
DBE Liaison Officer on all payments made to DBE subcontractors. Further, the contractor shall
provide all copies of canceled checks made to DBE subcontractors showing proof of actual
payment. The prime contractor understands that failure to report quarterly to the DART DBE
Liaison Officer may result in the termination of this contract or such other remedy as DART
deems appropriate.
D) DART MONITORING AND REPORTING.
The prime contractor understands that DART will bring to the attention of the Department of
Transportation any false, fraudulent, or dishonest conduct in connection with the program, so that
DOT can take the steps (e.g. referral to the Department of Justice for criminal prosecution, referral to
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
38
the DOT inspector General, action under suspension and debarment of Program Fraud or Civil
Penalties rules) provided in 26.109. The prime contractor understands that DART will consider similar
action under their own legal authorities, including responsibility determinations in future contracts.
29. ACCESS TO RECORDS
A) ACCESS TO RECORDS AND DOCUMENTS.
In accordance with 49 U.S.C. Section 5325(a), the contractor agrees to provide DART, the FTA
Administrator, the U.S. Secretary of Transportation, the Comptroller General of the United States, or
their duly authorized representatives with access to all books, documents, papers and records of the
contractor which are directly pertinent to this contract, for the purposes of making audits,
examinations, excerpts and transcriptions.
B) RIGHT TO COPY OR REPRODUCE RECORDS AND DOCUMENTS.
The contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever
or to copy excerpts and transcriptions as reasonably needed.
C) RECORDS RETENTION.
The contractor agrees to maintain all books, records, accounts and reports required under this
contract for a period of not less than three years after the date of termination or expiration of this
contract, except in the event of litigation or settlement of claims arising from the performance of this
contract, in which case Contractor agrees to maintain same until DART, the FTA Administrator, the
U.S. Secretary of Transportation, the Comptroller General of the United States, or any of their duly
authorized representatives have disposed of all such litigation, appeals, claims or exceptions related
thereto. Reference 49 CFR 18.39(i)(11).
D) SUBCONTRACTOR RECORDS. The contractor agrees to include the above clauses in each
subcontract financed in whole or in part with federal assistance provided by FTA. It is further
agreed that the clause shall not be modified, except to identify the subcontractor who will be
subject to its provisions.
E) PROJECT CLOSE OUT.
Project close out does not alter these requirements.
30. FEDERAL CHANGES
Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Master Agreement between DART
and FTA, as they may be amended or promulgated from time to time during the term of this contract.
Contractor's failure to so comply shall constitute a material breach of this contract.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
39
31. INCORPORATION OF FTA TERMS
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT,
whether or not expressly set forth in the preceding contract provisions. All contractual provisions required
by DOT, as set forth in FTA Circular 4220.1F, dated November 1, 2008, (also see Change 1) are hereby
incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall
be deemed to control in the event of a conflict with other provisions contained in this Agreement. The
contractor shall not perform any act, fail to perform any act, or refuse to comply with any DART requests
which would cause DART to be in violation of the FTA terms and conditions.
DART SHALL NOT INDEMNIFY, HOLD HARMLESS OR DEFEND CONTRACTOR FOR ANY LOSSES, CLAIMS,
DAMAGES, EXPENSES, JUDGEMENTS, FINES, SETTLEMENTS OR OTHER AMOUNTS ARISING FROM THIS
CONTRACT.
DART SHALL NOT PROVIDE INSURANCE FOR CONTRACTOR. CONTRACTOR MUST INCLUDE THE COST OF
ANY INSURANCE IT REQUIRES IN ITS PROPOSAL.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
40
ATTACHMENTS
ATTACHMENT 1 – Acknowledgement of Addenda
ATTACHMENT 2 – Required Proposer Information Form
ATTACHMENT 3 – Proposal Pricing Form
ATTACHMENT 4 – Non-Collusion Affidavit
ATTACHMENT 5 – Certification of Primary Contractor Regarding Debarment, Suspension, and Other
Responsibility Matters
ATTACHMENT 6 – Certification of Lower-Tier Participants (Subcontractors) Regarding Debarment,
Suspension, and Other Ineligibility and Voluntary Exclusion
ATTACHMENT 7 - Contractor’s Statement On Sub-Contractors
ATTACHMENT 8 - DBE Participation Form
ATTACHMENT 9 - DBE Good Faith Efforts Documentation Form
ATTACHMENT 10 – Certification of Restrictions on Lobbying
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
41
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 1
ACKNOWLEDGEMENT OF ADDENDA
The undersigned acknowledges receipt of the following addenda to the Documents.
(Give number and date of each)
Addendum Number __________ Dated __________
Addendum Number __________ Dated __________
Addendum Number __________ Dated __________
Addendum Number __________ Dated __________
Addendum Number __________ Dated __________
Failure to acknowledge receipt of all addenda may cause the proposal to be considered non‐responsive to this
Request for Proposal, which will require rejection of the proposal.
______________________________________
Signature
______________________________________
Title
______________________________________
Date
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
42
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 2
REQUIRED PROPOSER INFORMATION FORM
The following information is mandatory; Failure to complete this section may jeopardize your eligibility to be
awarded the contract.
PLEASE PRINT OR TYPE YOUR INFORMATION.
Contractor Name:
_____________________________________________
Contractor Street Address:
_____________________________________________
Contractor Mailing Address:
_____________________________________________
Contractor Contact Person:
_____________________________________________
Contractor Telephone #:
_____________________________________________
Contractor Fax #:
_____________________________________________
Contractor Contact Email:
_____________________________________________
Contractor Street Address:
_____________________________________________
Age of the Firm (years):
_____________________________________________
Annual Gross Receipts ($):
_____________________________________________
DUNS Number (Data Universal Numbering System:
____________________________
Is your firm certified by the State of Iowa as a Disadvantaged Business Enterprise?
_____________________________________________
ALL FIRMS LISTED IN THE PROPOSAL ARE REQUIRED TO SUBMIT THIS FORM.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
43
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
RFP – BUS ADVERTISEMENT PRINTING, INSTALLATION, AND REMOVAL
ATTACHMENT 3
PROPOSAL SUBMITTAL FORM
Pursuant to the Notice Inviting Sealed Proposals, the undersigned Proposer herewith submits a Proposal on the Proposal form or forms attached
hereto and made a part hereof, and binds itself on award by the Des Moines Area Regional Transit Authority under this Proposal to execute a
Contract in accordance with its Proposal, the Proposal Documents, and the award. The attached Request for Proposals and Addenda, if any, are
made a part of this Proposal and all provisions thereof are accepted, and all representations and warranties required thereby are hereby affirmed.
PROPOSAL BELOW INCLUDES ALL APPLICABLE CHARGES, INCLUDING LABOR, INSURANCE, AND ALL OTHER COSTS NECESSARY FOR FURNISHING
OF ALL EQUIPMENT AND THE PERFORMANCE OF ALL SERVICES CALLED FOR UNDER THE CONTRACT. PRICES QUOTED SHALL NOT INCLUDE
SALES OR USE TAX. APPLICABLE SALES OR USE TAXES SHALL BE ADDED TO THE INVOICE. PROPOSERS MUST COMPLETE SECTIONS I AND II. THE
PROPOSAL FORM MUST BE SIGNED (PRICING PROPOSAL FORM PAGE 8). PROPOSALS SUBMITTED IN ANY OTHER FORM WILL BE CONSIDERED
NON-RESPONSIVE AND MAY BE REJECTED.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
44
SECTION I.
In accordance with Section 3.2 of this RFP, there are 4 criteria which DART will use to evaluate all submissions. Submittals will follow the guidelines
below:
A. Familiarity, experience, and past performance: Describe your firm’s familiarity with the sales, production, installation, and
removal of transit advertising. Please provide a general statement about your firm’s qualification with includes a summary of
your firm’s technical qualifications and work experience which are relevant to the scope of this project. Include the
background and work experience of all key personnel who will be assigned to work on this project.
Project Manager Name:
Title:
Education or Experience:
Years with Firm:
Duties:
Other Personnel: (add as needed)
Name:
Title:
Education or Experience:
Years with Firm:
Duties:
B. Ability to provide the required service. Please provide specific information that demonstrates your firm’s ability to meet
the varied advertising sales, production, installation, and removal requirements. List 5 transit agencies for which you
currently or have in the past performed such services:
Transit Agency
Beginning Date
End Date
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
Sales
(Yes or No)
Production
(Yes or No)
Installation
(Yes or No)
Removal
(Yes or No)
45
C.
Service Delivery Plan:
Please provide a Service Delivery plan which outlines your firm’s strategies for maximizing DART’s transit advertising revenues.
At a minimum, provide projected sales by quarter for each year of the Contract Term. Describe how you plan to reach that sales
goal and give the names and or titles of the key personnel responsible for generating the sales.
Provide the name of the person in charge of your advertisement production. List the various types of advertisements your firm
is experience with selling and installing on transit vehicle and transit bus shelters. Describe the methods your staff will use to
produce and deliver advertising products for installation on DART vehicles and bus shelters.
Provide the name of the person in charge of your installation and removal team. Describe the methods they will use to install
advertisements on DART vehicles and shelters. Describe the methods your firm will use to track when advertising should be
removed. Describe the methods used to remove advertising from transit vehicles and shelters.
D. Revenue:
YEAR
1
2
3
4
5
GMP
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
Revenue Share
46
SECTION II.
Name Under Which Business is Conducted:
_______
Business Address:
Telephone No.:
Facsimile No:
[ ] Check here if entity is a Disadvantaged Business Enterprise (DBE) and include a copy of the firm’s DBE Certification with Proposal.
MANDATORY SIGNATURE(S)
IF SOLE OWNER, sign here: I sign as sole owner of the business named above:
IF PARTNERSHIP, one or more partners sign here: The undersigned certify that we are partners in the business named above and that we sign this contract
proposal with full authority so to do:
IF CORPORATION, sign here: The undersigned certify that they sign this contract proposal with full and proper authorization so to do:
Corporate Name:
By:
Title:
*By:
Title:
Incorporated under the laws of the State
*Two corporate officers must sign on behalf of the corporation as follows: (1) Chairman of the Board, President, or Vice President; and (2) Secretary, Assistant
Secretary, Chief Financial Officer, or Assistant Financial Officer. In the alternative, this Proposal may be executed by a single officer or a person other than an
officer provided that evidence satisfactory to DART is provided, demonstrating that such individual is authorized to bind the corporation (e.g., a copy of a certified
resolution from the corporation’s board or a copy of the corporation’s by- laws).
IF JOINT VENTURE, officers of each participating firm sign here: The undersigned certify that they sign this contract proposal with full and proper authorization
so to do:
Joint Venture Name Composed of:
______
By:
Title:
By:
Title:
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
47
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 4
NON-COLLUSION AFFIDAVIT
STATE OF ________________________________
COUNTY OF ______________________________
_________________________________________, being first duly sworn, on
Name
his/her oath says he is ___________________________________ of ___________________________
Title
Name of Firm
and not a sham or collusive proposal, or made in the interest of or on behalf of any collusive proposal, or made in the
interest of or on behalf of any person not herein named; and he/she further states that said proposer has not directly
or indirectly induced or solicited any other proposer for this work to put in a sham proposal, or any other person or
corporation to refrain from proposing; and that said proposer has not in any matter sought by collusion to secure to
self-advantage over any other proposer or proposers.
(SIGN HERE): ___________________________________
County ____________________________ In and for the State of ________________________________
Subscribed and Sworn to before me this ___ day of ________________, 20____
__________________________________________
Notary Public
My Commission Expires: _____________________
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
48
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 5
CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT,
SUSPENSION AND OTHER RESPONSIBILITY MATTERS
The undersigned, an authorized official of the Proposer stated below, certifies to the best of its knowledge and belief, that
it and its principals:
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered
transactions by any federal department or agency;
2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against
them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a
public (federal, state or local) transaction or contract under a public transaction; violation of federal or state antitrust
statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local)
with commission of any of these offenses enumerated in paragraph (2) of this certification; and
4. Have not within a three-year period preceding this proposal had one or more public transactions (federal, state, or local)
terminated for cause or default.
(If the undersigned is unable to certify to any of the statements in this certification, such official shall attach an explanation
to this proposal).
THE UNDERSIGNED CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS
SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET
SEQ. ARE APPLICABLE THERETO.
Name of Proposer
Address
City, State, Zip
Signature of Authorized Official
Title of Official
Telephone
Date
_________________________________
Notary Public Name (Printed)
_________________________________
Notary Public Signature County of
___________________________
Expiration Date
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
49
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 6
CERTIFICATION OF LOWER‐TIER PARTICIPANTS (SUBCONTRACTORS) REGARDING DEBARMENT, SUSPENSION,
AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION
The Undersigned Lower Tier Participant (Subcontractor to the Primary Contractor), certifies, by submission of this
proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. If
the above named Lower Tier Participant (Subcontractor) is unable to certify to any of the statements in this
certification, such participant shall attach an explanation to this proposal.
The Undersigned Lower‐Tier Participant (Subcontractor), certifies or affirms the truthfulness and accuracy of the
contents of the statements submitted on or with this certification and understands that the provisions of 31.
U.S.C. Sections 3801 et seq. are applicable thereto.
Name of Proposer
Address
City, State, Zip
Signature of Authorized Official
Title of Official
Telephone
Date
_________________________________
Notary Public Name (Printed)
_________________________________
Notary Public Signature County of
___________________________
Expiration Date
NOTICE TO PROPOSER: THIS CERTIFICATION SHALL BE COMPLETED BY ALL SUBCONTRACTORS WHICH WILL
HAVE A FINANCIAL INTEREST IN THIS PROJECT WHICH EXCEEDS $25,000 OR SUBCONTRACTORS WHICH WILL
HAVE A CRITICAL INFLUENCE ON OR A SUBSTANTIVE CONTROL OVER THE PROJECT.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
50
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 7
CONTRACTOR’S STATEMENT ON SUB-CONTRACTORS
1. There are NO sub-Contractors associated with this proposal.
Authorized Signee:
Printed Name:
Title:
Date:
For (Company):
OR
2. Listed below are sub-Contractors associated with this proposal. Additional sheets are attached as required. I
_____________________________have also attached appropriate Disadvantage Business Certifications.
Name of Company:
Address:
Contact Person:
Telephone #:
E-mail:
Name of Company:
Address:
Contact Person:
Telephone #:
E-mail:
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
51
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 8
DBE PARTICIPATION FORM
DART has set a goal of 5% for this project.
Proposer must check the appropriate box, provide the information requested, sign and submit this form with its
proposal. Failure to complete and submit this form may result in rejection of the proposal as non-responsive.
[ ]
Proposer will meet the DBE goal for this contract. Proposer is certified according to requirements of
DOT
49 CFR Part 26 as a DBE eligible for participation in DOT assisted contracts, and will be performing
_____
percent (_____ %) of the contract work.
[ ]
Proposer will meet the DBE goal for this contract. If awarded this contract, proposer will subcontract with the
DBE(s) listed below which will be performing a total of _____ percent (_____%) of the total dollar amount of contract
work. Each DBE listed below is certified according to requirements of DOT
49 CFR Part 26 for participation in
DOT assisted contracts.
DBE Name
and Address
Description
of Work
Percent of Dollar Amount of
Total Contract Work
(Attach additional sheets)
[ ]
Proposer does not meet the DBE goal for this contract. Proposer certifies that it has made good faith efforts
in accordance with the Request for Proposal to meet the DBE goal, but, despite those efforts, has been unable to
meet the goal. The Good Faith Efforts Documentation Form is attached to this Participation Form.
Date:
Name:
Signature:
Title:
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
52
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 9
DBE GOOD FAITH EFFORTS DOCUMENTATION FORM
DART ANNUAL DBE GOAL: 0.53%
If proposer has indicated on the DBE Participation Form that it does not meet the DBE goal, proposer must submit this
form with its DBE Participation Form as documentation of its good faith efforts to meet the goal. Failure to submit this
form with its proposer may render this proposal non-responsive. DART may require that proposer provide additional
substantiation of good faith efforts.
Date:
Area of Expertise:
Name:
Company Name:
Response:
Date:
Area of Expertise:
Name:
Company Name:
Response:
Date:
Area of Expertise:
Name:
Company Name:
Response:
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
53
DES MOINES AREA REGIONAL TRANSIT AUTHORITY
ATTACHMENT 10
CERTIFICATION OF RESTRICTIONS ON LOBBYING
The Undersigned Hereby Certifies on Behalf of ______________________ that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit standard Form-LLL, “Disclosure Form to Report Lobbying”, in
accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements)
and that all sub-contractors shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance is placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty
of not less than $10,000 and not more than $100,000 for each such failure.
Executed this _____ day of _________________, 20____
Name of Proposer
_____________________________
Address
_____________________________
City, State, Zip
_____________________________
Telephone
_____________________________
Signature of Authorized Official: _____________________________
Title of Official:
_____________________________
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
54
Exhibit A
DART Vehicle Inventory
Series
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-7.501-40FT LF
2010-ORION-07.501-40FT LF
2010-ORION-07.501-40FT LF
2010-ORION-07.501-40FT LF
2010-ORION-07.501-40FT LF
2010-ORION-07.501-40FT LF
2010-ORION-07.501-40FT LF
2010-ORION-07.501-40FT LF
2010-ORION-07.501-40FT LF
2011-ORION-7.501-40FT LF
2011-ORION-7.501-40FT LF
2012-ORION-7.501-40FT LF
2012-ORION-7.501-40FT LF
2012-ORION-7.501-40FT LF
2012-ORION-7.501-40FT LF
2012-ORION-7.501-40FT LF
2010-ORION-07.501 B/A-40FT LF
2013-NEW FLYER-XDE40-40FT LF
2013-NEW FLYER-XDE40-40FT LF
2014-NEW FLYER-XD40-40FT LF
2014-NEW FLYER-XD40-40FT LF
2014-NEW FLYER-XD40-40FT LF
2014-NEW FLYER-XD40-40FT LF
2014-NEW FLYER-XD40-40FT LF
2014-NEW FLYER-XD40-40FT LF
2000-NEW FLYER-D60LF-60FT LF
2000-NEW FLYER-D60LF-60FT LF
2000-NEW FLYER-D60LF-60FT LF
2000-NEW FLYER-D60LF-60FT LF
2000-NEW FLYER-D60LF-60FT LF
2000-NEW FLYER-D60LF-60FT LF
2000-GILLIG-G18D102N4-40FT LF
2000-GILLIG-G18D102N4-40FT LF
Vehicle
Number
1001
1002
1003
1005
1006
1007
1008
1009
1010
1011
1012
1013
1014
1015
1016
1017
1018
1019
1020
1021
1022
1023
1024
1025
1026
1027
1028
1033
1034
1411
1412
1413
1414
1415
1416
1501
1502
1503
1504
1505
1506
20379
20380
Fixed Route Buses
Vehicle
Number
Series
2000-GILLIG-G18D102N4-40FT LF
20381
2000-GILLIG-G18D102N4-40FT LF
20382
2000-GILLIG-G18D102N4-40FT LF
20383
2000-GILLIG-G18D102N4-40FT LF
20385
2000-GILLIG-G18D102N4-40FT LF
20386
2000-GILLIG-G18D102N4-40FT LF
20387
2000-GILLIG-G18D102N4-40FT LF
20388
2000-GILLIG-G18D102N4-40FT LF
20389
2000-NEW FLYER-D60HF-60FT HF
20503
2001-GILLIG-G18D102N4-40FT LF
21390
2001-GILLIG-G18D102N4-40FT LF
21391
2001-GILLIG-G18D102N4-40FT LF
21392
2001-GILLIG-G18D102N4-40FT LF
21393
2001-GILLIG-G18D102N4-40FT LF
21394
2001-GILLIG-G18D102N4-40FT LF
21395
2001-GILLIG-G18D102N4-40FT LF
21396
2001-GILLIG-G18D102N4-40FT LF
21397
2001-GILLIG-G18D102N4-40FT LF
21398
2002-GILLIG-G27D102N4-40FT LF
22402
2002-GILLIG-G27D102N4-40FT LF
22404
2002-GILLIG-G27D102N4-40FT LF
22405
2002-GILLIG-G27D102N4-40FT LF
22406
2002-GILLIG-G27D102N4-40FT LF
22407
2002-GILLIG-G27D102N4-40FT LF
22408
2002-GILLIG-G27D102N4-40FT LF
22409
2002-GILLIG-G27D102N4-40FT LF
22410
2002-GILLIG-G27D102N4-40FT LF
22411
2002-GILLIG-G27D102N4-40FT LF
22412
2002-GILLIG-G27D102N4-40FT LF
22413
2002-GILLIG-G27D102N4-40FT LF
22414
2002-GILLIG-G27D102N4-40FT LF
22415
2003-GILLIG-G27D102N4-40FT LF
23416
2003-GILLIG-G27D102N4-40FT LF
23417
2003-GILLIG-G27D102N4-40FT LF
23418
2003-GILLIG-G27D102N4-40FT LF
23419
2003-GILLIG-G27D102N4-40FT LF
23420
2003-GILLIG-G27D102N4-40FT LF
23421
2003-GILLIG-G27D102N4-40FT LF
23422
2006-ORION-7.501-40FT LF
26429
2006-ORION-7.501-40FT LF
26430
2006-ORION-7.501-40FT LF
26431
2006-ORION-7.501-40FT LF
26432
2006-ORION-7.501-40FT LF
26433
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
Series
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2006-ORION-7.501-40FT LF
2008-ORION-7.501-40FT LF
2008-ORION-7.501-40FT LF
2008-ORION-7.501-40FT LF
2008-ORION-7.501-40FT LF
2008-ORION-7.501-40FT LF
2008-ORION-7.501-40FT LF
2008-ORION-7.501-40FT LF
2009-ORION-7.501-40FT LF
Total Buses
Vehicle
Number
26434
26435
26436
26438
26439
26440
26441
26442
26443
26444
26445
28455
28456
28457
28458
28459
28460
28461
29462
105
55
Exhibit A
DART Vehicle Inventory
Paratransit, On Call, and Flex Route Buses
Series
2015-CHAMPION-DEFENDER M2-27 FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-27 FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-27 FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-27 FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-31FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-31FT FREIGHTLINER CUTAWAY
2015-CHAMPION-DEFENDER M2-31FT FREIGHTLINER CUTAWAY
2016-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2016-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2016-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2016-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2016-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2016-CHAMPION-DEFENDER M2-27FT FREIGHTLINER CUTAWAY
2005-OPTIMA-OPUS-30FT LOW FLOOR
2010-ELDORADO AT-AEROTECH-25FT CUTAWAY
2011-ELDORADO AT-AEROTECH-25FT CUTAWAY
2011-ELDORADO AT-AEROTECH-25FT CUTAWAY
2011-ELDORADO AT-AEROTECH-25FT CUTAWAY
2011-ELDORADO AT-AEROTECH-25FT CUTAWAY
2011-ELDORADO AT-AEROTECH-25FT CUTAWAY
2011-ELDORADO AT-AEROTECH-25FT CUTAWAY
2011-ELDORADO AT-AEROTECH-25FT CUTAWAY
2011-ELDORADO AT-AEROTECH-25FT CUTAWAY
2012-GILLIG-G27E102N2-30FT LOW FLOOR
2012-GILLIG-G27E102N2-30FT LOW FLOOR
2012-ELDORADO AT-AEROTECH-25FT CUTAWAY
2012-ELDORADO AT-AEROTECH-25FT CUTAWAY
2012-ELDORADO AT-AEROTECH-25FT CUTAWAY
2012-ELDORADO AT-AEROTECH-25FT CUTAWAY
2012-ELDORADO AT-AEROTECH-25FT CUTAWAY
2009-STAR TRANS-FORD E450-25FT CUTAWAY
2009-STAR TRANS-FORD E450-25FT CUTAWAY
2009-STAR TRANS-FORD E450-25FT CUTAWAY
Total
RFP - FY16 - 012
Vehicle
Number
1401
1402
1403
1404
1405
1406
1407
1408
1409
1410
TBD
TBD
TBD
TBD
TBD
TBD
5505
6610
6811
6911
7011
7111
7211
7311
7411
7511
7612
7712
7812
7912
8012
8112
8212
29466
29467
29468
36
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
Exhibit A
56
Page 1 of 2
Scope:
DART Employees and Contractors
Responsible Department:
Engagement
Effective Date:
January 5, 2016
Approved By:
DART Commission
The Des Moines Regional Transit Authority (“DART”) is a regional transit system created under
section 28M of the Code of the State of Iowa. DART owns and operates buses, bus shelters, a
garage and other properties (collectively referred to as “transit facilities”) in conjunction with its
regional transit system. It is in the public interest to make advertising space available on certain
designated transit facilities to generate revenue and help fund the operation of the regional
transit system.
I. PURPOSE
1.01
Nonpublic Forum; Commercial / Proprietary Functions. DART will make space on its transit
facilities available for limited types of advertising (“Permitted Advertising”). By allowing limited
types of advertising on or within its buses and/or bus shelters, DART does not intend to create a
public forum for public discourse or expressive activity, or to provide a forum for all types of
advertisements. The display of Permitted Advertising on designated transit facilities is intended
only to supplement fare revenue, tax proceeds and other income that fund the regional transit
system.
1.02
Certain Excluded Advertising. DART will not accept for display or play through audio on its
transit facilities the types of advertising defined in Section 2.01 of these policies and
standards (“Excluded Advertising”). By not accepting Excluded Advertising, DART’
intention is to:
(a) maintain a professional advertising environment that maximizes advertising revenues
and minimizes interference or disruption of the commercial aspects of its regional
transit system;
(b) maintain and portray an image of neutrality on political matters and other
noncommercial issues that may be the subject of public debate and concern;
(c) protect passengers, employees and DART transit facilities from harm or damage that
can result from some individual’s reactions to political or controversial materials; and
(d) avoid any decrease in transit ridership.
1.03
Limits on Permitted Advertising. Placing reasonable limits on Permitted Advertising
displayed or played on its transit facilities will enable DART to:
(a) avoid subjecting its passengers and other members of the public to material that may
discourage them from using regional transit services;
(b) maintain an image of professionalism and decorum;
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
57
(c) avoid displaying material that is not suitable for viewing by minors who ride on DART
Transit buses or those individuals whose neighborhoods are served by DART Transit bus
routes; and
(d) maximize revenues by attracting and maintaining the patronage of passengers.
II. ADVERTISING POLICIES
2.01
Excluded Advertising. For the purposes of these policies and standards, the advertising
described in this Section 2.01 is “Excluded Advertising.” DART will not accept the following
Excluded Advertising for display, posting or placement on or within its buses, or other transit
facilities:
(a) Alcoholic Beverages. DART will not accept audio or display advertisements and
images soliciting or promoting the sale or use of alcoholic beverages.
(b) Tobacco Products. DART will not accept audio or display advertisements and images
soliciting or promoting the sale or use of tobacco products including, but not limited
to, cigarettes, cigars, and smokeless tobacco.
(c) Advertisements Affecting Image or Operation. DART will not accept audio or display
advertisements and images that threaten or adversely affect: the public image of
DART; DART’S ability to operate its transit facilities; or DART’S ability to attract and
maintain the patronage of passengers.
2.02
Permitted Advertising. Subject to the viewpoint-neutral standards contained in Section
3.01 of these policies and standards, DART will accept “Permitted Advertising” for play,
display, or placement on designated DART transit facilities. For the purposes of these
policies, “Permitted Advertising” is advertising that:
(a) Does not qualify as Excluded Advertising under Section 2.01.
(b) Generally relates to the economic interests of the advertiser and its audience.
(c) Includes advertising delivered through electronic, audio, and printed media.
Advertising defined in Section 3.02 and 3.03 also is Permitted Advertising.
2.03
Prohibitions on Literature or Product Distribution and Leafleting. DART’S purpose in
operating a regional transit system is to meet the public’s need for efficient, effective and
safe public transportation. DART transit facilities are not intended to be public forums for
public discourse or expressive activity. Literature or product distributions, leafleting and
similar activities can disrupt or delay passengers who are boarding and exiting buses and
other transit vehicles, distract passengers, distract bus operators, cause maintenance
issues, and otherwise create safety issues for passengers, operators and surrounding traffic.
Accordingly, political campaign activities, distribution of political or issues campaign
literature, leafleting, and other informational or campaign activities are prohibited within
DART transit buses or other transit vehicles and within DART bus shelters. Notwithstanding
the policies that allow the play or display of Permitted Advertising on designated DART
Transit facilities, nothing in these policies or standards authorizes or permits advertisers to
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
58
distribute literature, leaflets, coupons, products, samples or other items within DART transit
buses and shelters.
On a limited basis and in conjunction with a “partnering” opportunity approved by DART,
DART may allow an advertiser to distribute items on or within DART Transit facilities. Any
distribution of literature, leaflets, coupons, products, samples or other items must be preapproved by DART and must comply strictly with terms and conditions established by
DART.
III. ADVERTISING STANDARDS AND RESTRICTIONS
3.01
Advertising Standards and Restrictions. DART will make available on
designated DART transit facilities space for advertisements subject to the viewpoint-neutral
restrictions in this Section 3.01 that limit certain forms of paid and unpaid advertising.
Advertisements cannot be played, displayed or maintained on DART transit facilities if the
advertisement or information contained in the advertisement falls within one or more of
the following categories:
(a) False, Misleading, Deceptive or Disrespectful Advertising. Advertising or any material
or information in the advertising that is false, misleading or deceptive, or that is
intended to be (or reasonably could be interpreted as being) disparaging,
disreputable or disrespectful to persons, groups, businesses or organizations, including
advertising that portrays individuals as inferior, evil or contemptible because of their
race, color, creed, sex, pregnancy, age, religion, ancestry, national origin, marital
status, disability, including those related to pregnancy or child birth, affectional or
sexual orientation, or any other characteristic protected under federal, state or local
law.
(b) Unauthorized Endorsement. Advertising that implies or declares that DART endorses a
product, service, point-of-view, event or program.
The prohibition against
endorsement does not apply to advertising for a service, event or program for which
DART is an official sponsor, co-sponsor or participant, provided DART’S General
Manager or other designated representative gives prior written approval regarding the
endorsement.
(c) Obscene or Offensive Material. Advertising that contains obscene or offensive
materials. “Obscene materials” for purposes of this policy are material(s) that display
information that, taken as a whole, appeals to the prurient interest in sex and depicts
or describes, in a patently offensive manner, sexual conduct and which, taken as a
whole, does not have serious literary, artistic, political, or scientific value, or otherwise
qualifies as “obscene material” as that phrase is defined in the Iowa Code section
728.1(5). “Offensive materials” means displays or information that would be offensive
to a reasonably prudent person of average sensitivity in the community, including
advertising that contains derisive, distorted, immoral, profane or disreputable
language or impressions.
(d) Unlawful Goods or Services. Advertising or any material or information in the advertising
that depicts, promotes or reasonably appears to encourage the use or possession of
unlawful or illegal goods or services.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
59
(e) Unlawful Conduct. Advertising or any material or information in the advertising that:
depicts, promotes or reasonably appears to encourage unlawful or illegal behavior or
conduct, including unlawful behavior of a violent or antisocial nature; is libelous or an
infringement of copyright; is otherwise unlawful or illegal; or is likely to subject DART to
liability.
(f) Adult Entertainment. Advertising that promotes or displays images associated with
adult book stores, adult video stores, nude dance clubs and other adult entertainment
establishments, adult telephone services, adult internet sites and escort services.
(g) Graffiti. Advertising that uses images or symbols that depict or represent graffiti.
(h) Illegal Firearms and Weapons. Advertising that contains images or depictions of illegal
firearms or other weapons, or the unlawful use of firearms or other weapons.
(i) Internet Addresses and Telephone Numbers. Advertising that directs viewers to internet
addresses or telephone numbers that contain materials, images or information that
would violate these advertising standards if the materials, images or information were
contained in advertising displayed or posted on DART transit facilities.
(j) Distractions and Interference. Advertising that incorporates or displays any rotating,
revolving, or flashing devices or other moving parts or any word, phrase, symbol or
character, any of which are likely to interfere with, mislead or distract traffic or conflict
with any traffic control device or motor vehicle regulation.
3.02
Political, Religious, or “Issues” Advertising. DART has the following disclaimer requirements
for the types of advertisements listed below. The disclaimer must be placed on
advertisements and be legible 5 ft. from advertisement.
(a) Political Candidates. On an advertisement that is authorized and paid for by a
candidate or his/her campaign committee, the disclaimer must identify:

Who paid for the message.
(b) Political Candidate Advertisement Paid by a Different Party. On an advertisement that
is authorized by a candidate or his/ her campaign committee, but is paid for by a third
party/person the disclaimer notice must:

Identify who paid for the communication.

Indicate that the candidate authorized the message.
(c) Political Advertisement Not For Political Candidate. On an advertisement that is not
authorized by a particular candidate or his/her campaign committee, the disclaimer
notice must:

Identify who paid for the message.

State that the advertisement was not authorized by any candidate or candidate's
committee.

List the permanent address, telephone number or world wide web address of the
person who paid for the communication.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
60
(d) Religious Oriented, Political Issue or Other Non‐Commercial Issue Ads. The disclaimer
notice must:

Identify who paid for the message.

List the permanent address, telephone number or web address of the person who
paid for the communication.
3.03
Other Permitted Advertising and Public Service Announcements. DART may make
advertising space available for advertising proposed by governmental entities, academic
institutions or tax-exempt, 501(c)3 nonprofit organizations (examples include: ads focusing
on personal health or wellness issues, or ads informing the public about programs, services
or events). Non- profit entities must document their IRS tax-exempt status. On a limited
basis, DART may make unpaid advertising space available for such permitted advertising
or public service announcements. Costs associated with the design, production,
installation and removal of public service announcements are the responsibility of the
group or organization requesting the public service announcement. The advertising and
public service announcements permitted under this section cannot contain displays or
messages that qualify as Excluded Advertising under Section 2.01 and must comply with
these advertising policies and standards. Unless the source of the advertising or public
service announcement is obvious from the content or copy, the advertisement or public
service announcement must specifically identify the sponsor of the advertisement or the
message.
3.04
Space Availability. DART limits the amount of space on its transit facilities available for
advertising and does not represent that it can accommodate all requests for advertising
space. Advertising space will be made available only on DART transit facilities designated
by DART. No advertising, signs and other types of postings or messages may be played,
displayed, posted or placed on any other DART transit facilities.
3.05
Reservation of Rights. DART reserves the right to amend these policies and standards at
any time. Subject to any then existing contractual obligations, DART reserves the right to
discontinue advertising on DART transit facilities and discontinue accepting advertising for
display or posting on DART transit facilities. DART reserves the right to limit the availability
of advertising space on its transit facilities and remove advertising that does not comply
with these advertising policies and standards and, subject to any contractual obligations.
IV. ADVERTISING PROGRAM AND ADMINISTRATION
4.01
Advertising Contractor. DART shall, from time to time, select an “Advertising Contractor”
who shall be responsible for the administration of DART’s advertising program, in a manner
consistent with this Policy and the terms of its agreement with DART. The advertising
program shall include, but not be limited to, promotion, solicitation, sales, accounting,
billing, collections, fabrication, posting of advertising displays, and playing of audio
advertisements on or in DART facilities including, but not limited to, buses and bus shelters.
(a) DART has designated the Chief Engagement and Communications Officer to be the
primary contact for the Advertising Contractor. Questions regarding the terms,
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
61
provisions, and requirements of this Policy shall be addressed initially to the Chief
Engagement and Communications Officer.
(b) The Advertising Contractor shall provide, or shall subcontract for, all employees and
equipment necessary to perform the work and provide the services required by DART.
(c) The Advertising Contractor shall comply with this Policy and shall review all proposed
advertising with reference to the standards set forth herein. The Advertising Contractor
shall present all proposed advertising to the Chief Engagement and Communications
Officer or his/her designee for approval. The Chief Engagement and Communications
Officer shall determine whether the proposed advertising will be accepted.
V. APPEAL OF ADVERTISING DECISIONS
5.01
Initial Reviews. DART’s Contractor for advertising sales will make initial decisions about
accepting or rejecting proposed advertising. The decisions will be based on these policies
and standards. DART’s Contractor will work with advertisers to resolve issues about
advertisements that do not comply with these policies and procedures. Resolution may
include modification of the art, copy, or both.
5.02
Appeals to Advertising Review Committee. An advertiser may appeal a decision to reject
or remove an advertisement by filing a written request with the Advertising Review
Committee within ten (10) business days after the rejection or removal decision. The
advertiser’s request must state why the advertiser disagrees with the decision in light of
DART’s advertising policies and standards. The Advertising Review Committee consists of
the following DART personnel: the Chief Engagement and Communications Officer, Chief
Operations Officer, and Chairperson of the DART Transit Riders Advisory Committee (TRAC).
The Advertising Review Committee may consult with DART’S legal counsel. The Advertising
Review Committee will review the basis for the rejected or removed advertisement and
will consider the advertiser’s reasons for filing the request. The Advertising Review
Committee will make a decision on the request and will notify the advertiser of its decision
in writing within fifteen (15) business days of receipt of the advertiser’s request.
5.03
Further Review by General Manager. An advertiser who disagrees with a decision of the
Advertising Review Committee may request DART’S General Manager to review the
committee’s decision. The advertiser’s written request for further review must be received
within five (5) business days after receipt of the Advertising Review Committee’s adverse
decision. The General Manager may accept, reject or modify the Advertising Review
Committee’s decision and will notify the advertiser of the General Manager’s decision
within five (5) business days after the General Manager receives the advertiser’s request
for further review. The General Manger’s decision is final.
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
62
Exhibit C
Year
2005
2006
2007
2008
2009
2010
2011
2012
2013
2014
2015
Annual Advertising Revenues
$
$
$
$
$
$
$
$
$
$
$
Revenue
236,243.00
219,367.00
213,725.00
246,110.00
196,202.00
158,978.00
208,453.00
224,178.00
147,828.74
118,363.40
116,872.03
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
63
Exhibit C
2014 Transit Advertising Detail
Jul-13
Aug-13
Sep-13
Oct-13
Nov-13
Dec-13
Jan-14
Feb-14
Mar-14
Apr-14
May-14
Jun-14
ADVERTISING-CLIENT
B-Bops- Laurenzo Jones
$
1,877.65
$
1,877.65
$
1,877.65
$
1,877.65
$
1,877.65
Mid-Iowa Credit Counseling- Vision Media Services
$
695.00
$
695.00
$
695.00
$
695.00
$
695.00
EZ Money Check Cashing- Media One
$
1,241.00
$
1,241.00
$
1,241.00
$
1,241.00
$
1,241.00
Iowa State Fair-Iowa State Fair
$
4,258.60
AA-- Public Information Chair
$
392.00
$
392.00
$
245.65
$
245.65
$
245.65
$
1,241.00
$
1,241.00
$
1,241.00
$
1,862.35
$
1,862.35
$
1,862.35
$
1,240.00
$
1,240.00
American World Adoption- Houck Advertising
Lederman Bail Bonds- Houck Advertising
$
1,241.00
$
1,241.00
$
1,241.00
Co-Opportunity -Houck Advertising
Breakfast in the Classroom -Food Bank of Iowa
$
1,877.65
$
1,241.00
$
392.00
Quitline Iowa- American Lung Association
Dicks Sporting Goods- Outdoor 24
Broadlawns- Stratecic America
$
870.72
$
4,611.60
$
870.72
Des Moines Social Club- DM Social Club Trade
Mercy Home Respiratory and Medical Supply-Mercy
$
312.00
$
312.00
$
312.00
$
312.00
$
312.00
$
1,877.65
$
1,877.65
$
$
245.65
$
1,241.00
$
1,862.35
$
1,240.00
$
$
245.65
$
245.65
$
1,241.00
$
1,241.00
$
1,862.35
$
1,862.35
984.60
$
984.60
$
$
870.72
$
$
480.00
$
870.72
$
870.72
$
1,630.00
$
1,630.00
$
2,310.60
$
480.00
$
312.00
Lite 104.1 Holiday-Des Moines Radio Group Trade
$
6,865.00
AT&T-OutSelling, Inc.
$
2,310.60
Octapharma Plasma-Octapharma Plasma
Godfather's Pizza Shelter-Godfather's Pizza
$
Lakeside Casino-Flynn Wright
168.00
$
$753.94
1,877.65
$
1,877.65
$
1,877.65
$
1,877.65
$
1,241.00
$
1,241.00
$
692.75
984.60
$
984.60
$
984.60
870.72
$
870.72
$
870.71
$
305.15
168.00
$
168.00
$
168.00
$
$753.94
$753.94
Marketing Link Recruitment - MarketLink Inc.
$
428.00
$
428.00
ISED Affordable Care Act- Social Wise Media Group
$
1,148.35
$
1,148.35
Iowa Speedway- Iowa Speedway
$
1,129.00
$
1,129.00
$
1,129.00
Iowa National Guard- CACI Integrated Communications
$
692.50
$
692.50
$
692.50
Merle Hay Mall- 10 KINGS (need contract from Kirstin)
$
1,630.00
$
1,630.00
$
1,630.00
Mc Frank & Williams Adverting - DSM International Airport
$
511.70
DMACC- DMACC YouthBuild
$
428.00
$
168.00
$753.94
$753.94
$1,129.00
$1,129.00
692.50
$1,630.00
$1,630.00
$428.00
CatchDesMoines-CVB
$3,700.00
University of Wisconsin-Platteville- U of W Plateville
$1,132.00
DMOTC-DMOTC Training Club
$
$
392.00
Yankee Doodle Pops- 15 Tails(need contract from Kirstin)
$
1,800.00
Polk County Services-Polk County Crisis & Advocacy Services
$
5,481.00
Sprint-Trilex
$
1,666.00
$
17,027.49
$ 10,017.25
$
5,758.65
$
5,366.65
$
8,345.37
$
14,196.97
$
20,087.97
$
12,742.57
$
13,511.76
$
13,971.46
$
13,475.41
$
392.00
9,739.40
FIXED ROUTE TOTALS
Jul-13
Aug-13
Sep-13
Oct-13
Nov-13
Dec-13
Jan-14
Feb-14
Mar-14
Apr-14
May-14
Jun-14
PARATRANSIT
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
$
-
PARATRANSIT TOTALS
MONTHLY TOTAL
YEAR-TO-DATE TOTAL
$ 10,017.25
$
5,758.65
$ 15,775.90
$
5,366.65
$ 21,142.55
8,345.37
$
14,196.97
$
20,087.97
$
12,742.57
$
13,511.76
$
$ 29,487.92
$
$
43,684.89
$
63,772.86
$
76,515.43
$
90,027.19
$ 103,998.65
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
13,971.46
$
13,475.41
$ 117,474.06
$
9,739.40
$ 127,213.46
$
17,027.49
$ 144,240.95
64
Exhibit C
2015 Transit Advertising Detail
ADVERTISING-CLIENT
B-Bops- Laurenzo Jones
Godfather's Pizza Shelter-Godfather's Pizza
Lakeside Casino D- Line-Flynn Wright
Iowa State Fair-Iowa State Fair
F'Real- Billups Worldwide
Merle Hay Mall- 10 KINGS (thru July)
University of Wisconsin-Platteville- U of W Plateville
Broadlawns- Stratecic America
Broadlawns Fair ads- Stratecic America
Interiors contract- Kuster LTD
Shelter contract- Kuster LTD
Lederman Bail Bonds- Houck Advertising
Alcoholics Anonymous- AA
Lakeside Casino Interiors-Flynn Wright
Lakeside Casino Shelter Ads-Matrix Media
Bailing Out Benji-Mindi Callison
Simpson College-Simpson College
PetSnip-Animal Rescue League of Iowa
Midwest Mattress-Trio Marketing and Advertising
Jimmy Johns-Kelly Scott Madison Media
iDERC at Mercy- Iowa Diabetes & Endocrinology Center
Alzheimer's Assoc WALK- Alzheimer's Association Iowa
HomeGoods- Ooha Wilkins Media
DMACC YouthBuild- Des Moines Community College
Housing Text Survey- Polk County Housing Trust Fund
Aetna- Kinetic New York
United Way of Central Iowa- United Way
DMACC Opportunity Iowa- Des Moines Community College
CatchDes Moines-CVB Trade $1390
Duck Derby- YESS Trade
State Farm- Billups Worldwide E Grand Hubbell shelter
State Farm- Billups Worldwide Southridge
MediaCanDo-American University
Octapharma Plasma-Octapharma Plasma
Century Link-Houck Advertising
NAMI Greater Des Moines-Depression Ads
Alzheimer's Awareness-Alzheimer's Association
Jul-14
Aug-14
Sep-14
Oct-14
Nov-14
Dec-14
Jan-15
Feb-15
Mar-15
$ 1,877.65
$
168.00
$753.94
$ 4,365.60
$ 3,258.00
$ 1,630.00
$ 1,132.00
$
305.15
$ 1,877.65
$ 1,877.65
$
168.00
$753.94
$ 1,877.65
$
168.00
$753.94
$ 1,877.65
$
168.00
$753.94
$ 1,877.65
$
168.00
$753.94
$ 1,877.65
$
168.00
$753.94
$ 1,877.65
$
168.00
$753.94
$ 1,877.65
$
130.05
$753.94
$ 1,132.00
$
305.15
$
955.40
$
363.80
$
643.45
$
692.75
$
409.00
$
311.10
$
610.30
$
163.00
$ 1,132.00
$
305.15
$ 1,132.00
$
305.15
$ 1,132.00
$
984.00
$
984.00
$
$
643.45
692.75
$
692.75
$
692.75
$
$
692.75
409.00
$
692.75
$
$
$
$
311.10
610.30
163.00
$
163.00
$
163.00
$
163.00
$
163.00
$
354.00
$ 1,183.20
$
354.00
$
363.80
$
692.75
$
409.00
$
311.10
$
610.30
$
163.00
$ 1,820.00
$
354.00
$753.94
$
$
950.00
798.00
$ 1,972.00
$
990.00
$984.00
Apr-15
$
$
May-15
1,877.65
130.05
$753.94
$
$
1,877.65
130.05
$753.94
$
$
$984.00
1,877.65
130.05
$753.94
$
984.00
692.75
$
692.75
$
692.75
$
692.75
$
692.75
$
163.00
$
163.00
$
163.00
$
163.00
$
163.00
$
354.00
$
354.00
$
354.00
$ 1,751.00
$
1,751.00
$
1,751.00
$
$
4,170.00
3,480.00
$
$
$
169.15
130.05
1,252.05
$
$
169.15
130.05
$
$
311.10
326.00
$
$
322.00
311.10
$
1,630.00
$
7,163.69
$ 1,972.00
$984.00
Jun-15
$984.00
$ 8,085.20
$
$
428.00
139.00
$
428.00
$ 5,448.50
$ 7,627.00
$
289.00
$
$
289.00
392.00
$
$
289.00
392.00
$ 18,214.29
$ 11,502.74
$ 9,973.34
$ 15,149.69
$ 5,354.34
$ 10,924.84
$ 12,555.34
$ 5,674.34
$ 7,387.39
$ 14,356.39
Jul-14
Aug-14
Sep-14
Oct-14
Nov-14
Dec-14
Jan-15
Feb-15
Mar-15
Apr-15
$
8,540.74
FIXED ROUTE TOTALS
May-15
Jun-15
PARATRANSIT
$
PARATRANSIT TOTALS
MONTHLY TOTAL
YEAR-TO-DATE TOTAL
-
$ 18,214.29
$
-
$ 11,502.74
$ 29,717.03
$
-
$ 9,973.34
$ 39,690.37
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
$
-
$ 15,149.69
$ 54,840.06
$
-
$ 5,354.34
$ 60,194.40
$
-
$ 10,924.84
$ 71,119.24
$
-
$ 12,555.34
$ 83,674.58
$
-
$ 5,674.34
$ 89,348.92
$
-
$ 7,387.39
$ 96,736.31
$
-
$ 14,356.39
$ 111,092.70
$
-
$
$ 8,540.74
$ 119,633.44
65
-
$ 7,163.69
$ 126,797.13
Exhibit C
2016 Advertising Detail
ADVERTISING -CLIENT
B-Bops- Laurenzo Jones
Bailing Out Benji-Mindi Callison
Lakeside Casino D- Line-Flynn Wright
University of Wisconsin-Platteville- U of W Plateville
Godfather's Pizza Shelter-Godfather's Pizza
Lederman Bail Bonds- Houck Advertising
Iowa State Fair-Iowa State Fair
State Farm- Billups Worldwide Southridge
State Farm- Billups Worldwide E Grand Hubbell shelter
Octapharma Plasma-Octapharma Plasma
Iowa Department of Education-Capture Marketing
Century Link-Houck Advertising
Al-Anon-D7 Al-Anon
Harvest Plains Health -Billups Worldwide
iWireless -oohawilkins
Jimmy Johns-Kelly Scott Madison Media
Iowa State Fair Shuttle -Becky Nalevanko's Dance
Iowa State Fair Shuttle -Broadlawns
Iowa State Fair Shuttle Interiors -Broadlawns
Iowa State Fair Shuttle -Simpson College
Iowa State Fair Shuttle-Tasty Tacos
State Fair Shuttle Older Buses -Prairie Meadows
PetSnip Kings-Animal Rescue League of Iowa
KPOG102.09-Des Moines Adventist Radio Co.
Sears Holdings Hiring -Sears Holdings
Iowa Civil Rights Commission-Iowa Civil Rights Commission
Kohles & Bach-Kohles & Bach
Alzheimer's Awareness-Alzheimer's Association
Alorica Hiring ads- Alorica
Trinity Structural Tower Hiring- Trintiy Structural Tower
Recruitment King Kongs- Iowa National Guard
FIXED ROUTE TOTALS
Jul-15
Aug-15
Sep-15
Oct-15
$ 1,877.65
$
163.00
$
753.94
$
984.00
$
130.05
$ 1,877.65
$
163.00
$
753.94
$
984.00
$
130.05
$ 1,877.65
$
163.00
$
753.94
$
984.00
$ 1,877.65
$
163.00
$
753.94
$
984.00
Nov-15
$ 1,877.65
$
163.00
$
753.94
$
984.00
Dec-15
$ 1,877.65
$
163.00
$
753.94
$
$
163.00
753.94
$
163.00
$
163.00
$
163.00
$
163.00
$
163.00
$
692.75
$
692.75
$
692.75
$
692.75
$
692.75
$
692.75
$
692.75
$
692.75
$
692.75
$
692.75
$
$
$
160.00
169.15
322.00
$
$
$
160.00
169.15
322.00
$
$
$
160.00
169.15
322.00
$
$
160.00
169.15
$
$
$
$
$
$
160.00
169.15
322.00
556.00
311.10
289.00
$
812.60
$
240.00
$ 3,450.00
$
160.00
$
169.15
$
322.00
Jan-16
Feb-16
Mar-16
Apr-16
May-16
Jun-16
$ 2,186.00
$
289.00
$ 2,186.00
$ 2,186.00
$ 2,186.00
$ 2,186.00
$
812.60
$
812.60
$ 1,972.00
$
812.60
$ 1,751.00
$ 1,972.00
$
812.60
$ 1,751.00
$
812.60
$ 1,751.00
$
$
$
$
$
$
$
$
$
$
$
474.00
1,183.00
364.00
1,820.00
1,183.00
750.00
1,630.00
240.00
522.00
428.00
232.00
$
240.00
$
240.00
$
$
$
$
311.10
366.00
$
311.10
$
366.00
$ 6,890.00
$
366.00
$ 6,890.00
$ 6,890.00
$
6,890.00
$
6,890.00
$
6,890.00
$
6,890.00
$
6,890.00
$
7,745.75
$
7,745.75
$
7,745.75
$
7,745.75
$
7,745.75
$ 1,630.00
$
311.10
240.00
240.00
$ 6,768.49
$ 20,123.39
$ 10,302.19
$ 12,761.19
$ 19,651.19
$ 16,062.09
$ 8,499.69
Jul-15
Aug-15
Sep-15
Oct-15
Nov-15
Dec-15
Jan-16
$ 1,479.00
$ 1,479.00
$ 1,479.00
$ 1,479.00
$ 14,240.19
$ 51,434.26
$ 21,130.19 $ 16,062.09 $ 8,499.69 $ 7,745.75 $ 7,745.75 $ 7,745.75 $ 7,745.75 $ 7,745.75
$ 72,564.45 $ 88,626.54 $ 97,126.23 $ 104,871.98 $ 112,617.73 $ 120,363.48 $ 128,109.23 $ 135,854.98
The current agreement for Transit Advertising Sales was effective November 1, 2015. These reveneues were collected
by the Contractor and DART was paid a revenue share.
PARATRANSIT
Harvest Plains Health -International Media Partners, Inc.
PARATRANSIT TOTALS
$
-
MONTHLY TOTALS
YEAR-TO-DATE TOTALS
$ 6,768.49
$
-
$ 20,123.39
$ 26,891.88
$
-
$ 10,302.19
$ 37,194.07
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
$
-
$
-
Feb-16
$
-
Mar-16
$
-
Apr-16
$
-
May-16
$
Jun-16
-
66
$
-
2017 Advertising Detail
Exhibit C
ADVERTISING-CLIENT
Bailing Out Benji-Mindi Callison
Recruitment King Kongs- Iowa National Guard
Jul-16
Aug-16
Sep-16
$
163.00
$ 6,890.00
$ 6,890.00
$ 6,890.00
FIXED ROUTE TOTALS
$ 6,890.00
$ 6,890.00
$ 6,890.00
Jul-16
Aug-16
Sep-16
Oct-16
$
-
Nov-16
$
Oct-16
-
Dec-16
$
Nov-16
-
Jan-17
$
Dec-16
Feb-17
-
$
Jan-17
-
Mar-17
$
Feb-17
-
Apr-17
$
Mar-17
-
May-17
$
Apr-17
-
Jun-17
$
May-17
Jun-17
PARATRANSIT
PARATRANSIT TOTALS
$
-
MONTHLY TOTAL
YEAR-TO-DATE TOTAL
$ 6,890.00
$
-
$ 6,890.00
$ 13,780.00
$
-
$ 6,890.00
$ 20,670.00
FY16-R-012
Transit Advertising Sales, Production, Installation and Removal
$
-
$
$ 20,670.00
$
-
$
$ 20,670.00
$
-
$
$ 20,670.00
$
-
$
$ 20,670.00
$
-
$
$ 20,670.00
$
-
$
$ 20,670.00
$
-
$
$ 20,670.00
$
-
$
$ 20,670.00
67
$
-
$
$ 20,670.00