RES 2015-0775 - Proposal for maintenance of bus stop benches ::,MAHA,A, Parks, Recreation &
i'° 84'-� c L- i�� „-. I 'rf L. L ! Public Property Department
` " Omaha/Douglas Civic Center
�a:y
�� � «� ^ +� pp +'�J „,, 1819 Farnam Street,Suite 701
o® �� �� b ` i "° i _' +r Omaha,Nebraska 68183-0701
Off, �'y � ' ti
AO 4q (402)444-5900
R9rFo FERN �� FAX FAX(402)444-4921
City of Omaha rti!,.+ �, CLR Brook Bench
Jean Stothert,Mayor 1'`;'1 + A Director
June 23, 2015
Honorable President
and Members of the City Council,
Pursuant to Sec. 3-62 of the Omaha Municipal Code, the purpose of this Resolution is to approve
the attached Request for Proposal (RFP) for the City of Omaha's Bus Bench Advertising and
Maintenance Program, for the Parks, Recreation, and Public Property Department.
Due to the nature or complexity of the requirements for the installation, placement, maintenance,
and removal of bus stop benches throughout the City, the Request for Proposal will evaluate and
determine the best proposal for the Bus Bench Advertising and Maintenance Program. The
Request for Proposal (RFP) will be for four (4) years and may be extended for an additional four
(4) years at the discretion of the City.
Your favorable consideration is requested.
Res tfully subm' ted, Referred to City Council for
6/1/ Cons eration
Brook Bench, hector Date Mayor's Office/Title Date
Parks, Recreation and
Public Property Department
p:2096tmb
REQUEST FOR PROPOSAL TITLE RELEASE DATE
Bus Bench Maintenance & Advertising Wednesday, May 13, 2015
OPENING DATE AND TIME PROCUREMENT CONTACT
Wednesday, *********, 2015 at 11:00 AM CST **********,Buyer
On behalf of the City of Omaha's City of Omaha Parks, Recreation and Public Property
Department, the Douglas County Purchasing Agent is issuing this Request for Proposal to solicit
proposals from qualified contractors/consultants to Bus Bench Advertising and Maintenance
Program in compliance with City of Omaha Municipal Code. The purpose of this Request for
Proposal (RFP) is to determine the best proposal for the City for the Bus Bench Maintenance &
Advertising Program.
Written questions are due no later than 4:00 p.m. CDST, ****day, *****, 2015, and should be
sent to the procurement contact, *************, Buyer at **********@douglascounty-ne.gov
Questions should be plainly labeled "Questions for **************". The response to questions
or any other clarifications will be provided solely through addendum posted on the Douglas County
Purchasing Department's web site www.douglascountypurchasing.org by approximately ***day,
*******, 2015.
NOTE SCHEDULE OF EVENTS IN RFP FOR ACTIVITY DATES AND TIMES.
Contractor should submit one (1) original, four (4) copies and one (1) electronic copy(CD or Flash,
Drive, editable format) of their entire proposal. Proposals, including CD/flash drive, must be
submitted and received in the Omaha City Clerk's Office by the proposal opening date and time.
All attachments must be completed and returned with proposal
PROPOSALS MUST MEET THE FOLLOWING REQUIREMENTS TO BE
CONSIDERED VALID. PROPOSALS WILL BE REJECTED IF NOT IN COMPLIANCE
WITH THESE REQUIREMENTS.
1. Proposals must be received in:
Office of the Omaha Clerk
1819 Farnam Street, LC1
Omaha, Nebraska 68183
by the date and time of the proposal opening indicated above. No late proposals will be
accepted. No faxed or emailed proposals will be accepted.
2. Proposals must meet all specifications, terms and conditions of this Request for Proposal
(RFP).
3. The Contractor's proposal MUST be manually signed, in ink, and returned by the proposal
opening date and time along with any other requirements as specified in the RFP in order to be
considered for an award.
4. Proposals must be in a sealed envelope/container and marked "Bus Bench Advertising and
Maintenance Program". Container(s) utilized for original documents must be clearly marked
ORIGINAL DOCUMENTS.
5. A proposal may not be altered after opening. The proposal must stay in effect throughout the
term of the contract.
1
I. STANDARD CONDITIONS AND TERMS
SCOPE:
These standard conditions and terms of the Request for Proposal (RFP) and acceptance apply in
like force to this inquiry and to any subsequent contract resulting there from.
SPECIFICATIONS:
Contractors must submit a proposal in accordance with the terms and conditions in this Request for
Proposal.
ALTERNATE TERMS AND CONDITIONS:
The City of Omaha (CITY), at its sole discretion, may entertain alternative terms and conditions
which deviate from the Request for Proposal requirements. Alternative terms and conditions may
be considered if overall contract performance would be improved but not compromised, and if they
are in the best interest of the CITY. Alternative terms and conditions must be submitted with the
proposal and must be clearly identified and detailed in such a way that allows such deviations to be
fully evaluated. Alternative terms and conditions are discouraged and unless explicitly accepted by
the CITY, are deemed to be rejected.
INSURANCE:
Contractor shall obtain Public Liability Insurance in an amount not less than $1,000,000 for
injuries, including accidental death, to any one person, and subject to the same limit for each
person, in an amount not less than $5,000,000 on account of one accident, and property damage
insurance in an amount not less than $300,000 for damages to property of any one claimant, with
limits of not less than $500,000 for any one accident, for any and all injuries or damage to person
or property arising, either directly or indirectly, from the construction, placement and/or
maintenance of bus the city under this Contract. In any such policy the City shall be expressly
included as an additional named insured. Evidence of such insurance shall be filed with the
Director of the Parks, Recreation and Public Property Department before any benches shall be
installed.
AWARD:
All purchases, leases, or contracts which are based on competitive proposals will be awarded
according to the provisions in the Request for Proposal. The CITY reserves the right to reject any
or all proposals, wholly or in part, or to award to multiple Contractors in whole or in part. The
CITY reserves the right to waive any deviations or errors that are not material, do not invalidate the
legitimacy of the proposal, and do not improve the Contractor's competitive position. All awards
will be made in a manner deemed in the best interest of the CITY.
PERFORMANCE AND DEFAULT:
The CITY reserves the right to require a performance bond from the successful contractor, as
provided by law, without expense to the CITY. Otherwise, in case of default of the contractor, the
2
CITY may contract the service from other sources and hold the contractor responsible for any
excess cost occasioned thereby.
NON-DISCRIMINATION:
Contractor shall not, in the performance of this Agreement, discriminate or permit discrimination in
violation of federal or state laws or local ordinances because of race, color, sex, age, or disability as
recognized under 42 USCS 12101 et. seq. and Omaha Municipal Code 13-89, political or religious
opinions, affiliations or national origin.
DRUG POLICY:
Contractor certifies that contractor maintains a drug free work place environment to ensure worker
safety and workplace integrity. Contractor agrees to provide a copy of its drug free workplace
policy at any time upon request by the CITY.
NEW EMPLOYEE WORK ELIGIBILITY STATUS (Neb. Rev. Stat. §4-108-114)
The contractor is required and hereby agrees to use a federal immigration verification system to
determine the work eligibility status of new employees physically performing services within
Nebraska. A federal immigration verification system means the electronic verification of the work
authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility
Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program
designated by the United States Department of Homeland Security or other federal agency
authorized to verify the work eligibility status of a newly hired employee.
If the contractor is an individual or sole proprietorship, the following applies:
1. The contractor must complete the United States Citizenship Attestation Form, available on
the Department of Administrative Services website at www.das.state.ne.us .
2. If the contractor indicates on such attestation form that he or she is a qualified alien, the
contractor agrees to provide the US Citizenship and Immigration Services documentation
required to verify the contractor's lawful presence in the United States using the Systematic
Alien Verification for Entitlements (SAVE) Program.
3. The contractor understands and agrees that lawful presence in the United States is required
and the contractor may be disqualified or the contract terminated if such lawful presence
cannot be verified as required by Neb. Rev. Stat. § 4-108.
The contractor understands and agrees that lawful presence in the United States is required and the
contractor may be disqualified or the contract terminated if such lawful presence cannot be verified
as required by Neb. Rev. Stat. § 4-108
3
II. SCOPE OF THE REQUEST FOR PROPOSAL
SCOPE:
The Douglas County Purchasing Department, on behalf of the City of Omaha Parks, Recreation
and Public Property Department (CITY) is interested in receiving proposals from qualified vendors
to Bus Bench Advertising and Maintenance Program.
The purpose of this Request for Proposal (RFP) is to evaluate and deteiiiiine the best proposal for
the Bus Bench Advertising and Maintenance Program. The Contractor will be responsible for all
requirements and successful performance of this contract.
TERM:
The agreement which results from this RFP will be a contract for a period of four (4) years. This
Agreement may be extended, on the same terms and conditions for an additional four (4) years, if
the CITY exercises the option to do so.
NON-EXCLUSIVE:
Any agreements awarded shall be non-exclusive. The CITY reserves the right to enter into
multiple agreements from this RFP.
INQUIRIES:
Any explanation desired by a contractor regarding the meaning or interpretation of any RFP
provision or questions must be submitted in writing via email to the procurement contact, *******,
Buyer, no later than 4:00 p.m. CDST on ***day, ******, 2015 and clearly marked "Questions for
*****************. Questions should be sent via email to **********@douglascounty-ne.gov
The response to questions or clarifications will be provided solely through addendum posted on the
Douglas County Purchasing Department's web site www.douglascountpurchasing.org
PERFORMANCE BOND:
The successful Contractor will be required to supply a performance bond or an irrevocable letter of
credit issued by a local financial institution in the amount of one hundred percent (100%) of the
annual contract price, executed by a corporation authorized to contract as surety in Nebraska
payable to the City of Omaha.
The bond will guarantee that the selected Contractor will enter into a contract with the CITY, and
will insure the faithful performance of the contract. The Contractor will be required to submit the
performance bond within twenty (20) calendar days after written notification of award. The Bond
should be provided to the department prior to the initiation of any work or service.
Failure to comply shall be grounds for forfeiture of the check or bond. The amount of forfeiture
will be determined by the agency based on loss to the CITY. The bond or certified check will be
returned when the service has been completed.
CONTRACTOR RESPONSIBILITIES:
The Contractor will be required to assume responsibility for all contractual services offered in this
proposal. This contract may not be assigned or subcontracted.
4
TERMINATION PROVISIONS:
In addition to all other legal remedies available to the City, the City may cancel the Agreement should
any one or more of the following events occur:
• If Contractor shall file a petition of bankruptcy; or if proceedings in bankruptcy shall be instituted
against it and it is thereafter adjudicated a bankrupt pursuant to proceedings; or if a court shall
take jurisdiction of Contractor and its assets pursuant to proceedings brought under the provisions
of any federal reorganization act; or if a receiver for Contractor's assets is appointed; or if
Contractor shall be divested of its rights, powers and privileges to provide the sport identified
herein by other operation of law.
• If Contractor shall fail to perform, keep and observe any of the terms, provisions, covenants and
conditions contained herein to be performed, kept and observed by it.
• If Contractor shall fail to abide by any and all applicable laws, ordinances, rules and regulations
of the United States, State of Nebraska,Douglas County, or the City.
• If Contractor fails to obtain any required insurance, performance bond or indemnity required
herein or permit any such insurance,performance bond or indemnity to lapse of become void.
• If Contractor fails to provide required services within the time frame agreed. upon, or if their
personnel fail to follow scheduled shifts.
• If Contractor fails to correct deficiencies in service or failure of Contractor to provide adequate
administrative and/or supervisory functions.
• If Contractor fails to maintain licenses, certifications, qualifications and permits as required by
law.
• If Contractor fails to perform or fulfill any other obligation contained in the contract award.
Failure of City to terminate the contract for any of the reasons stated above, or to insist upon strict
performance of any of the terms of the contract, shall not constitute a waiver of any part of the
contract. The contract shall be and remain in full force and effect until City calls a formal default
and demands remedy.
5
SCHEDULE OF EVENTS:
The CITY expects to adhere to the tentative procurement schedule shown below. It should be
noted, however, that some dates are approximate and subject to change.
ACTIVITY DATE/TIME
1. Release Request for Proposal Wednesday, **********,2015
2. Deadline to submit written questions ********** 4:00 p.m. CDST,
3. Response to written questions posted on website **********
4. Deadline for submitting proposal to City Clerk Wednesday, ********11:00 a.m. CDST,
5. Proposal Opening: Wednesday, *******11:00 a.m. CDST
Legislative Chambers LC-4
1819 Farnam Street
Omaha,Nebraska 68183
6. Evaluation Committee Review
7. Interviews for selected firms if necessary
8. Final recommended selection
9. Final approval by CITY
10. Tentative contract award date
6
III. PROCUREMENT PROCEDURES
GENERAL INFORMATION:
The Request for Proposal (RFP) is designed to solicit proposals from qualified
contractors/consultants who will be responsible for Bus Bench Advertising. Proposals that do not
conform to the mandatory items as provided in the proposal instructions will not be considered.
CITY reserves the right to reject all proposals, and, at its discretion, may withdraw or amend this
RFP at any time. If, in the opinion of CITY, revisions or amendments will require substantive
changes in proposals, the due date may be extended.
COMMUNICATION WITH STAFF:
From the date the RFP is issued until a contract is executed, communication regarding this project
between potential consultants and individuals employed by the City of Omaha is prohibited. Only
written communication with the procurement contact, as listed on page one of this Request for
Proposal, is permitted.
Once a determination is announced regarding the selection of a consultant, the consultant will be
permitted to speak with person(s) participating in contract negotiations.
Violation of these conditions may be considered sufficient cause to reject a consultant's proposal
and/or selection irrespective of any other condition.
The following exceptions to these restrictions are permitted:
1) Contacts made pursuant to any pre-existing contracts or obligations;
2) City staff and/or consultant staff present at a Pre-Proposal Conference, if scheduled, when
recognized by City as staff facilitating the meeting for the purpose of addressing questions;
and,
3) Presentations, key personnel interviews, clarification sessions or discussions to finalize a
contract, as requested by the City of Omaha.
PROPRIETARY INFORMATION:
All information and data contained in the proposal becomes the property of the CITY and becomes
public information upon opening the proposal.
If the Contractor wishes to have any information withheld from the public, such information must
fall within the definition of proprietary information contained within Nebraska's Public Record
statutes. (Neb. Rev. Stat. §§ 84-712 through 84-712.09)
All proprietary information the contractor wishes the CITY to withhold from the public must be
submitted in a sealed package, which is separate from the remainder of the bid. The separate
package must be clearly marked PROPRIETARY on the outside of the package.
Contractors may not mark their entire RFP as proprietary. Contractor's cost proposals may
not be marked as proprietary information. Failure of the Contractor to follow the instructions
7
for submitting proprietary and copyrighted information may result in the information being viewed
by other contractors and the public.
REFERENCE CHECKS:
CITY reserves the right to check any reference(s), regardless of the source of the reference
information, including but not limited to, those that are identified by the company in the proposal,
those indicated through the explicitly specified contacts, those that are identified during the review
of the proposal, or those that result from communication with other entities involved with similar
projects.
QUALIFICATIONS OF CONTRACTOR:
When determining whether a Contractor is responsible, or when evaluating a proposal, the
following factors may be considered, any one of which will suffice to determine whether a
Contractor is responsible or the proposal is the most advantageous to the City:
• The ability, capacity and skill of the Contractor to perform contract or provide services required.
• The character, integrity, reputation,judgment, experience and efficiency of the Contractor.
• Whether the Contractor can perform the contract within the specifications.
• The quality of performance of previous public and private contracts or services.
• The previous and existing compliance by the Contractor with laws relating to the contract or
services.
• Evidence of collusion with any other Contractor, in which case colluding Contractor will be
restricted from submitting further bids or bids on the subject project or future tenders.
• There is uncompleted work with the City or others, or an outstanding dispute on a previous or
current contract that might hinder, negatively affect or prevent the prompt completion of the
work proposed.
• The Contractor has been convicted of a crime arising from a previous public or private contract,
excepting convictions that have been pardoned, expunged, or annulled.
• The Contractor has been convicted of a crime of moral turpitude or any felony, excepting
convictions that have been pardoned, expunged or annulled, whether in this state, in any other
state, by the United States, or in a foreign country, province or municipality.
• More likely than not, the Contractor will be unable, financially or otherwise, to perform the
work.
• At the time of proposal opening, the Contractor is not authorized to do business in Nebraska, or
otherwise lacks a necessary license, registration or permit.
• Other infoiniation as may be secured having a bearing on the decision to award the contract.
8
IV. SPECIFICATIONS
DESCRIPTION OF WORK:
Work shall consist of providing, installing, placing, maintaining and removing bus stop benches
with or without advertising throughout Omaha,Nebraska.
BENCHES:
• Benches shall be either six feet (6'-0") or eight feet (8'-0") in length and shall not exceed forty-
two inches (42") in height or thirty inches (30") in depth.
• Benches shall be of heavy construction, weighing not less than four hundred pounds (400 lbs.).
• The end pieces and legs of the benches shall be constructed of concrete or solid metal.
• The seats and backrests of the benches shall have a minimum thickness of three-quarters of an
inch (3/4") and be constructed of a material satisfactory to and approved by the City of Omaha,
Parks, Recreation and Public Property Department.
• The several parts of the benches shall be joined by stainless steel screws and/or countersunk
bolts of three-eighths inch (3/8") or greater diameter, except that any benches, in good
condition, obtained from the contractor who held the bus stop bench contract immediately
preceding this contract term, shall not be subject to the stainless steel screws and bolts
requirement until such benches are in need of repair. No nails or wire may be used for repair of
the several parts of the benches.
MINIMUM NUMBER OF BENCHES:
The minimum number of bus stop benches with or without advertising to be provided, installed,
placed, maintained and removed shall be four hundred (400). Any proposal which fails to meet the
required minimum number shall be deemed a nonconforming bid and shall automatically be
rejected.
EXECUTION:
This Contract is hereby entered into in accordance with and as authorized by Omaha Municipal
Code Sections. The terms, provisions and conditions of said ordinance are incorporated herein by
this reference as if fully set forth in writing. Contractor agrees to fulfill all terms of said ordinance
in strict compliance thereof.
APPROVAL OF LOCATIONS:
The Contractor shall, within fourteen (14) calendar days of the date upon which the City Council
awards the contract, submit one copy of the list of the proposed locations for the placement of bus
benches to MAT for verification that each proposed location is, in fact, a place where buses stop on
a regularly scheduled basis. The list, as signed and verified by MAT, shall be filed with the
Director of Parks, Recreation and Public Property. The Contractor shall, within fourteen (14)
calendar days of the date upon the City Council awards the contract, also submit one copy of the
list of the proposed locations for the placement of bus benches to the Director of Parks, Recreation
9
and Public Property for submission to the Department of Public Works, Traffic Division, for
review, as appropriate.
THE CITY RESERVES THE RIGHT TO REJECT ANY AND ALL PROPOSED
LOCATIONS. FOR EACH LOCATION REJECTED, THE CITY SHALL SPECIFY THE
REASONS THEREFOR IN WRITING.
The City reserves the right to have up to remove up to twenty five (25) benches and install and
maintain its own benches without advertising at those locations during the term of the contract.
Contractor would be responsible for removing their benches from the requested sites within thirty
(30) days after receiving written notice from the Director of Parks, Recreation & Public Property
Department. In such case the payment due the City from the Contract as per Section 3.06 and/or
minimum number of benches with or without advertising to be maintained by the Contract as per
Section 2.01 would be adjusted.
LOCATION AND PLACEMENT; MAINTENANCE:
Benches authorized by this specification and technical document and by Omaha Municipal Code
Sections 3-61 through 3-71 shall be located and placed only as provided herein:
• No bus bench may be placed at any location other than a posted bus stop at which a bus
regularly stops. This information must be verified by the transit authority as part of the
application process.
• Benches shall be, at a minimum, a distance of two feet (2') from the curb and shall be placed so
as to not obstruct pedestrian traffic flow or the clearing of snow, ice or debris from sidewalks.
• Benches shall be placed as close as possible to the posted bus stop, provided that no bus bench
shall be placed more than twenty feet(20') away from posted bus stop.
• All benches shall be placed facing the street on which the bus stop is located and may be placed
at an angle no greater than fifteen degrees from oncoming traffic.
• No bench shall be positioned in such a manner that it faces the center of an intersection or
creates a negative traffic impact.
• No more than two (2) benches shall be placed at any bus stop where a permanent bus shelter is
also located. Any such benches shall be placed immediately adjacent to said bus shelter.
• In no event shall any location have more than two benches.
In addition to the above and foregoing restrictions, benches placed in zoning districts AG, DR, RI
through R7 inclusive, MH, and LO shall be further subject to the following: Only one (1) six-foot
(6') long bench may be placed at any stop. Except for benches located in the CBD zoning district,
advertising shall appear on only one side of the bench.
Upon receiving written objection to the placement of a bench in any such district by a person
owning the property within three hundred feet (300') of the bus stop or bench, the Director of
Parks, Recreation and Public Property Department will review the situation and solicit the
comments of the Contractor. If the Director determines that the bench must be removed, then
he/she shall notify the Contractor of same in writing and the Contractor shall remove any such
bench within ten(10) calendar days of receipt of the written letter.
10
All benches shall be inspected by the Contractor periodically and shall be maintained by the
Contractor in a clean, safe and slightly manner.
INSTALLATION OF BENCHES—TIME:
Contractor shall commence work installing bus benches in strict compliance with the terms,
provisions, conditions and specifications of the contract within thirty (30) calendar days from the
date the City Council accepts its bid and awards the contract. Contractor shall complete such
installation within ninety (90) calendar days from the date the City Council accepts its bid and
awards the contract.
Contractor shall use its best efforts to coordinate the placement and installation of its bus benches
with the removal of the existing benches, if necessary, with City. It is understood that the intent of
this provision is to minimize any inconvenience to the bus-traveling public.
PROHIBITED AREA:
Notwithstanding, any provisions of this Contract or Omaha Municipal Code to the contrary, no
bench may be placed on 16th Street from Dodge to Jackson Streets.
PAYMENTS:
For and in consideration of the award of this Contract, the Contractor agrees to pay the sum of
$ per year to the City as follows:
Minimum Bid: In order to insure no loss of projected revenues, the minimum acceptable bid for
bus stop benches with or without advertising shall be Seventy Five thousand dollars and no cents
($75,000.00) annually. Any proposal which fails to meet the required minimum bid shall be
deemed a nonconforming bid and shall automatically be rejected.
Within ten (10) calendar days from the date of the acceptance of the bid, Contractor shall pay to the
City Cashier the required fee. Thereafter, the Contractor shall pay, in advance, the required annual
fee in quarterly installments. Payments shall be made to the City Cashier on or before January 10,
April 10, July 10, and October 10 of each year.
REPAIR, REMOVAL OR LOCATION ADJUSTMENT:
Whenever the Contractor receives notification from the bus-traveling public, the City, or any other
person or entity as to the existence of a bench in need of repair or adjustment of its location to
comply with Sec. 3-65, the Contractor shall, within the same working day, examine said bench to
determine the nature and extent of the repair or adjustment necessary. In the event that any such
bench presents a threat to the health or safety of anyone using same, the Contractor shall post
adequate warnings on the bench until same can be repaired or removed. Repair must be performed
in accordance with the "Specification to Furnish and Install Bus Stop Benches with or without
Advertising" attached hereto and incorporated by this reference as if fully set forth herein. Any
bench that cannot be repaired or its location adjusted within three (3) working days shall be
removed by the Contractor.
11
FAILURE TO REPAIR, REMOVE OR ADJUST LOCATION:
If any bench is not repaired removed or location adjusted by the Contractor within three (3)
working days, the Contractor shall be deemed to have violated the terms of this Contract and of
applicable sections of Omaha Municipal Code.
INDEMNIFICATION:
Contractor shall indemnify and hold harmless the City from any and all claims, rights or causes of
action of whatsoever kind or nature, including, but not limited to, personal injury and/or property
damage, that may arise by virtue of its performance under this Contract, including, but not limited
to, its acting or failure to act in designing, constructing, locating, placing and/or maintaining a bus
bench within the City's street right of way or other public property.
CHANGE OF LOCATIONS:
Notwithstanding the provisions of Section 3-65(h) of the Omaha Municipal Code to the contrary,
whenever a location ceases to be a location (posted bus stop) at which a bus regularly stops, the
Contractor shall remove the bench within ten (10) working days after receiving notice of the route
change from MAT. Any bench so removed may be relocated, upon approval of the Director of
Parks, Recreation and Public Property, to any location, provided such placement meets the terms,
provisions and conditions of the Ordinance and this Agreement.
Contractor may add new locations which meet the terms, provisions, and conditions of the
Ordinance and this Agreement, upon approval of the Director of Parks, Recreation and Public
Property. A request for the addition of new locations shall be made in writing.
In the event that the Contractor should permanently remove a bench, notification of same should be
sent to the Director of Parks, Recreation and Public Property. No rebate of quarterly fees will be
made as a result of any such removal. At no time shall the Contractor have fewer than four hundred
(400) benches, meeting all criteria of the Ordinance and this Agreement, "in place" to serve the
bus-traveling public.
ADDITIONAL BENCHES:
For each bus stop at which the Contractor places two benches in accordance with Section 3-65(f) of
the Omaha Municipal Code, the Contractor agrees to place, at its own expense, one additional
bench at any location within the zoning jurisdiction of the City as directed by the City. Any bench
so placed shall be considered to be a bench placed by the Contractor under the terms of this
Contract, and as such, all rights, duties and obligations assumed under this Contract, including, but
not limited to, maintenance, repair and insurance, shall apply to said benches.
12
Proposal Evaluation Criteria Points
1. Tell us about your company. 10%
2. Tell us about similar Bus Bench Maintenance and Advertising programs you have 25%
operated in the past.
3. Tell us how you would operate a Bus Bench Maintenance and Advertising Program 10%
for the City if chosen.
4. Tell us how you would maintain bus benches and bus bench advertising in good 5%
working condition and appearance.
5. Tell us how much revenue you would return the City annually from operating the 25%
Bus Bench Maintenance and Advertising program. Minimum amount is$75,000.00.
6. Tell us how would participate in promoting City and Community Service messages 5%
and activities with the program.
7. Tell us how your company can financially fulfill the obligations and requirements of 10%
the Bus Bench Maintenance and Advertising program to the City if chosen.
8. Tell us how City would benefit most by choosing your company for the Bus Bench 10%
Maintenance and Advertising Program.
Total Possible Points 100%
13
C 25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
BE IT RESOVLED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, to Sec. 3.62 of the Omaha Municipal Code requires the City Council
to approve a Request for Proposal (RFP) to solicit qualified vendors for the installation,
placement, maintenance, and removal of bus stop benches, with or without advertising
throughout the city; and,
WHEREAS, such Request for Proposal will be used to evaluate and determine the
best proposal for the Bus Bench Advertising and Maintenance Program; and,
WHEREAS, the Request for Proposal will be a contract for a period of four (4)
years, and may be extended on the same terms and conditions for an additional four (4) years at
the discretion of the City; and,
WHEREAS, the Mayor recommends the approval of this Request for Proposal.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITYOF OMAHA:
THAT, the Request for Proposal (RFP) for the installation, placement,
maintenance, and removal of bus stop benches, with or without advertising is hereby approved.
APPROVED AS TO F
ASSI TANT CITY ATTORNEY A E
p:2097tmb
By &...ii7eitA14,'.
Councilmember
Adopted JUN 3 2015 7-0
City Clerk d/i50.5—
Approv�,;Q.e..,,..��..-IX.- � , c.....
Mayor
/(/
NO. f ..............
Resolution by
Res. that, the Request for Proposal (RFP) for the
installation, placement, maintenance, and removal of bus
stop benches, with or without advertising is hereby
approved.
p:2097tmb
Presented to City Council
JUN232015
Adopted 7- 0
gutter grown
City Clerk