Loading...
HomeMy WebLinkAboutPR 20736: FATS, OIL AND GREASE ADVERTISEMENT (F.O.G.) I ' %, City of -- ,, 4 i ,,. ul'i rtltllr leAus INTEROFFICE MEMORANDUM Date: March 18, 2019 To: The Honorable Mayor and City Council Through: Harvey Robinson, Interim City Manager From: Donnie Stanton—Interim Director of Water Utilities RE: PR 20736—Authorization of the Fats, Oil and Grease Advertisement (F.O.G.) Initiative Introduction: The intent of this Agenda Item is to seek City Council's approval for City Manager to execute a contract with Hoopla Advertising of Port Arthur, TX for marketing consulting services for Fats, Oil and Grease the F.O.G. Program Kickoff and Initiative. The primary goal of the marketing F.O.G. control programs is to decrease the amount of F.O.G. that is entering the sanitary sewer system and minimize the risk of SSOs (Sanitary Sewer Overflows). The funds are budgeted and available in Water Utilities Administration Division, Account No. 410-1260- 532.54-00, Professional Services for the amount of$58,600. Background: The objective of a F.O.G. control program is the identification of trouble spots, or high maintenance areas (HMAs), which are likely to have grease accumulation. The City collection system has a history of problems associated with F.O.G. accumulation. The purpose of the F.O.G Program Initiative is to implement public awareness to residential, commercial and industrial users to aid in the prevention of SSOs caused by the accumulation of F.O.G. in the sewer collection system. This initiative will further aid the City in educating the general public about the public health impact of improper management of F.O.G. "Remember,we are here to serve the Citizens of Port Arthur" City of ()It rtlt«r Ie.tus Purchasing advertised for Request for Qualifications on November 2, 2018 and November 9, 2018. Bids were opened on November 21, 2018. The City received RFQs from five contractors. Hoopla Advertising of Port Arthur, Texas was the highest ranked. The City negotiated with Hoopla after the rankings were totaled, and the amount for Marketing Consulting Services for the F.O.G. Program Initiative is $35,880 plus $7,600 per month for three (3) months for advertisement for a total amount of$58,600. Budget Impact: The budgetary impact for this initiative for Fiscal Year 2019 is $58,600. Recommendation: It is recommended that City Council approve PR 20736 entering into a contract with Hoopla Advertising and Marketing for the F.O.G. Initiative. "Remember,we are here to serve the Citizens of Port Arthur" P. R. No.20736 03-12-19 Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT BETWEEN HOOPLA ADVERTISING OF PORT ARTHUR, TEXAS AND THE CITY OF PORT ARTHUR, TEXAS FOR MARKETING AND CONSULTING SERVICES FOR F.O.G. (FATS, OILS, AND GREASE) PROGRAM KICK-OFF AND INITIATIVE WITH A PROJECTED BUDGETARY IMPACT OF $35,800 PLUS THREE (3) MONTHS OF ADVERTISEMENT AT A COST $7,600 PER MONTH. FUNDING IS AVAILABLE FROM WATER ADMINSTRATION FUND ACCOUNT NO. 410-1260- 532.54-00. WHEREAS, the City's National Pollutant Discharge Elimination System (NPDES) wastewater discharge permit, issued by the Texas Commission on Environmental Quality (TCEQ) requires the City to increase the level of maintenance, operation, and capital improvement and repair to collection system, and to have in place a F.O.G. (Fats, Oils, and Grease)control program; and WHEREAS, the TCEQ requires cities to market and begin educating, inspecting and permitting F.O.G. contributors within the City's jurisdiction and outreach materials; and WHEREAS, the City of Port Arthur has received and reviewed qualification proposals from five(5) marketing consulting firms concerning public awareness and advertising for F.O.G. (Fats, Oils, and Grease) Program Initiative; and WHEREAS, City Staff after reviewing the qualifications, and scores finds that Hoopla Advertising, Inc., had the highest ranking and has been chosen to perform the Marketing and Advertising Consulting Services for the F.O.G. Program Initiative; (See Exhibit "A"); and P. R. No. 20736 03-12-19fr Page 2 of 3 WHEREAS, Pursuant to Resolution No. 19-077, the City negotiated a cost of$35,800 plus three months of advertisement at a cost of$7,600 per month; and WHEREAS, funds are budgeted and available for this Advertising and Consulting Services in the Water Administration Division Account Number 410-1260-532.54-00. NOW THEREFORE, BE IT RESOLVED BY CITY COUNCIL OF CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT, the City Manager of the City of Port Arthur is hereby authorized to execute a contract on behalf of the City of Port Arthur with Hoopla Advertising, Inc. for Marketing Consulting Services for the F.O.G. Program Initiative in the amount of$35,880 plus $7,600 per month for three (3) months of advertisement for a total amount of$58,600, in substantially the same form as attached hereto as Exhibit"B"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED AND APPROVED THIS day of , 2019 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor Councilmembers NOES: P. R. No. 20736 03-12-19fr Page 3 of 3 Derrick Freeman Mayor ATTEST: APPROVED AS TO FORM: ./ PAe v, Sherri Bellard alee no City Secretary City orney A ' 'ROVED FOR ADMINISTRATION: •Rebecca Ihaderiill,CPA Interim City Manager Donald Stanton Interim Director of Water Utilities ri" i het-, Cliftsn Williams, CPPB Purchasing Manager APPROVED AS TO AVAILABILITY OF FUNDS: kid,hids laterim Director of Finance ) r - ± 1------ _ 11 ri a Pj . , I — \ le 1 K�j ..__ ,._. in ,.. .... ... , ,s. ... _. t O O O j 0 IIl kr, O I O Cr, CT) V'� V. +N T N V V c. J I 1 _ VtL L LJ = O O O O O V. in GD a. 7 7, V. V: N ... .. V C C N L :ti al y C N •S C C O O V) O ' ;V mr V A N 00 N C E _ ta L. CO ,, O .` ., a = O z LC V GiCe � .l =I. OOOOVROM.• ON V, V1 N " in o• u _ R C C Ly v c o A , a Ly, z = c ',', c. U °Q a o E - C — ' s C .t O O O O O V1 V1 00 OO O V'i O 'C ^ 11.1 O` ISL _ V'1 N N C .Y L I W L 0 0 7 vL N `D .O c O O O _. n n Ji •0 CS r CO 3 0 C Cs C 0 aC. V L/ oo so G ,•J `� o` CC 7. E a c - x C, `` C. ate. nt cr O -: �' v v v 0 7 so E a c m _e fs a 'l. O' . i- r - 1 ., c 11pa) a CONTRACT FOR MARKETING CONSULTING SERVICES AND FATS,OILS,GREASE INITIATIVE ADVERTISEMENT THIS AGREEMENT,made this day of ,2019, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Hoopla Advertising herein acting by and through hereinafter called"CONTRACTOR" WITNESSETH: That for and in consideration of the payment terms,conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 12 weeks from start date on Notice to Proceed. 2. The Contractor will perform work as stated in the Contract Documents. 3. During the term of this Contract,the Contractor will furnish at his own expense all of the materials, supplies,tools,equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the proposal and contract documents and to comply with the terms therein for the rates stated in the proposal $35,800 for marketing consulting services plus$7,600 per month for three(3)months for advertisement for a total amount of$58,600.00. 5. The term"Contract Documents"means and includes the following: (A) Agreement (B) General Information (C) Specifications (D)Rate Sheet (E) Notice of Award (F) Notice of Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in(2 copies)each of which shall be deemed an original on the date first above written. Signed on the day of 2019 ATTEST CITY OF PORT ARTHUR BY Sherri Bellard,City Secretary Harvey Robinson, Interim City Manager Signed on the day of 2019 WITNESSED: HOOPLA ADVERTISING BY Print Name: Print Name: Title: Title: DERRICK FORD FREEMAN,MAYOR HARVEY ROBINSON THOMAS J.KINLAW III,MAYOR PRO TEM City of INTERIM CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. ort �`�" CITY SECRETARY CAL J.JONES ��r t r t fr rr r HAROLD DOUCET,SR. Texas VAL TIZENO CHARLOTTE MOSES CITY ATTORNEY KAPRINA FRANK November 5, 2018 REQUEST FOR QUALIFICATIONS For Marketing Consultant Services F.O.G. (Fats, Oils, Grease) Program Initiative DEADLINE: Sealed qualification submittals must be received and time stamped by 3:00p.m., Central DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time,Wednesday, November 21, 2018. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15p.m. on Wednesday, November 21, 2018 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P19-008 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies of your RFO to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning this Request for Qualifications and Scope of Work should be directed in writing to: City of Port Arthur,TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 444 4th Street I Port Arthur,Texas 776411 409.983.8160 !Fax 409.983.8291 The enclosed REQUEST FOR QUALIFICATIONS (RFQ) and accompanying GENERAL INSTRUCTIONS, CONDITIONS and SPECIFICATIONS are for your convenience in submitting qualifications for the enclosed referenced services for the City of Port Arthur. Qualifications must be signed by a person having authority to bind the firm in a contract. Qualifications shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL QUALIFICATIONS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFQ submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFQ submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager Page 2 of 22 REQUESTS FOR QUALIFICATIONS For Marketing Consultant Services F.O.G. (Fats, Oils, Grease) Program Initiative (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 22 City of Port Arthur,Texas REQUEST FOR QUALIFICATIONS (RFQ) For Marketing Consultant Services F.O.G. (Fats, Oils, Grease) Program Initiative General Information The City of Port Arthur is seeking the service of a qualified marketing company for an educational campaign to promote the proper disposal of fats,oils and grease in the city of Port Arthur. This firm will work with a wide variety of talent and vendors for the creation of the items below. These costs will include the placement schedules of the commercials,radio spots, or Facebook posts; and the production costs of television ads, vehicle decals and print handouts. The campaign of objectives are: > Provide marketing solutions to existing problems and inadequate disposal with the intent of reducing FOG from the City's sanitary sewer system. > Assist with marketing campaign to the residents and commercial and industrial businesses located in the City of Port Arthur. ➢ Provide an educational outreach, including BMP's and recommending solutions to FOG control program to prevent excessive accumulation of Fats, Oils, and Grease and assist in marketing initiative. Scope of Work Required: 1. Campaign Development for creation of cohesive theme,copy, and guiding materials for use throughout the campaign. 2. Development of design criteria for thirty-second commercial for the use on broadcast television, streaming media, and social media. 3. Analysis and evaluation of campaign logo for use in all material,produced, including decals on city vehicles. 4. Development of a plan showing the logo animation for use in all video material produced including the commercial, documentary, and Facebook posts. 5. Development of video documentary for the use on social media platform, educational outreach and presentations. 6. Development of character creation that will be utilized for education outreach, costume, and other campaign materials. 7. Development of costume that will be used at city festivals, events, and school appearances. 8. Development of Internet Landing page for the use of copy and graphic layout for a landing page to be utilized by the City of Port Arthur website. 9. Development of campaign URL that will reflect campaign slogan and redirect to landing page. 10. Creation and development of three Facebook posts for informational advertisement. 11. Prioritization and creation of three radio spots with copy,talent and the production of radio commercial within the largest radio stations in Southeast Texas. 12. Development of City vehicle graphic layout in the creation and concept for use on city vehicles. 13. Development and creation of handout/flyer for layout creation and distribution within city building, at events, festivals, and school appearances. Page 4 of 22 Procedures Consultant must follow: 1. Meet with the City Staff to establish a working relationship,detailed task outline and project schedule. 2. Analyze and evaluate technical information pertinent to study development. 3. As draft chapters are completed,they are to be presented to staff for review and comment. The City assumes there will be a 30%, 60%, and 90%review of the report. 4. Present a draft report to City Staff and City Council in work sessions as needed. 5. Assist staff with the process of public hearings and presentations to the City Council for adoption. 6. Perform final printing of adopted plan and delivery to the City three (3) printed copies and one (1)CD with PDF version of adopted F.O.G Program Initiative. Page 5 of 22 Qualification Instructions The City of Port Arthur requires a definitive qualification for the end result that are set forth in this RFQ. The qualification instruction must describe the intended performance of the Consultant on the activities prescribed and the resources to perform the activities. The selected Consultant must have demonstrated the experience in the type of study. The professional staff necessary to conduct the required study must be available for timely response in preparing the F.O.G. Program Initiative. The Consultant should have available a marketing manager with demonstrated skills in managing a marketing education program. The City expects the Consultant to maintain the same marketing manager and key team members through the duration of the project. Sub-consultant proposed by the Consultant shall be listed in the qualification. EXPERIENCE: The proposal shall include, as a minimum,the following items: Provide a profile of experience for the Consultant and all members of the firm. 1. The name of the person(s) authorized to represent the Consultant in negotiating and signing any contracts that may result from this document. 2. A description of the organization, size, and structure of the Consultant's team. 3. The number of years in marketing and commercialized advertisement in firm. a. Include a brief description of responsibilities and summary resumes of key professional personnel emphasizing experience directly related to responsibilities of this project. Include any specialty certification, which demonstrates special qualification as it relates to this project. b. Indicate any additional personnel your firm would anticipate needing to hire, as required to take on the work for which this response is requested. PAST PERFORMANCE: Identify and describe the proposed Consultant's past experience for providing services that are most related to this program initiative within the past five(5) years. For each project, provide the following information: 1. Project name, location and description. a. Initial project cost and projected time for completion. b. Final project cost and time for completion. c. The nature of material change orders. Include information on contract amendments. If no amendments, so state. d. The nature of any adverse claims or litigation. e. Length of business relationship with the Owner on past projects. 2. Identify and describe the proposed Consultant's past experience on planning and designing similar marketing plans developed. 3. Identify and describe the Consultant's past experience working with municipalities. 4. Identify and describe the Consultant's past experience working in Port Arthur, TX or surrounding areas. 5. Provide past experience of completed Fats, Oils, Grease Program Initiatives or similar projects. 6. List any current projects that would impact your firm's ability to handle additional work for which this response is requested. PROJECT APPROACH: Provide a detailed work plan for accomplishing the work and service to be provided to the City. Work plan should include,but not be limited to: 1. A statement that the proposal includes all terms and conditions of the RFQ. 2. A problem statement from the Consultant's viewpoint, the objectives of the proposed Consultant's work, the Consultant's proposed methodology, and a work plan for completing the work. If the Page 6 of 22 Consultant chooses to modify the objectives section, those modifications shall be explained. The Consultant should clearly define the assumptions behind the proposal. 3. A work schedule showing duration, dependency, and the date of completion of the tasks necessary to meet the City's objectives. 4. Detailed personnel assignments; ➢ Detailed description of major deliverables to be provided 5. Provisions allowing for review and approval by the City. 6. Any Consultant proposed modifications or addition to the objectives detailed in the proposal will be separately assigned resources to permit clear distinction between those items required for the requested proposal and modified proposal. 7. The Consultant shall provide a current rate schedule for all consultant and sub-consultant team members who will be assigned to the project. This rate schedule shall be submitted in a separate sealed envelope with the following information clearly printed on an envelope. 8. The rate schedule envelope will be opened when a Consultant has been selected and negotiations for final Scope of Work and Consultant Fees are undertaken. 9. Provide a statement outlining the anticipated involvement of the City Staff. 10.Provide a schedule of the Consultant and sub-consultant staff hours associated with each tasked defined in the proposal. 11.A brief discussion of whether and how any work done on behalf of any other agencies that would be affect work to be provided to the City. QUALITY OF RESPONSE Completeness of the response to this RFQ including submission of all checklist documents. EVALUATION AND SELECTION PROCESS All proposals will be screened by an evaluation committee and those proposers selected for a short list may be invited to attend an interview, at the proposer's own expense. Any invitation for an oral presentation will be solely for the purpose of clarifying proposals received from each qualifying proposer, and will not represent any decision on the part of the evaluation committee as to the selection of a successful proposer. The City will evaluate all responses and will be scored and ranked according to the following criteria: ➢ Introductory Letter(5 points) > Firm Capabilities (20 points) > Project Team(20 points) > Project Approach(40 points) ➢ Supporting Information(10 points) ➢ Quality of Response(5 points) Evaluation rating will be on a 100-point scale and total possible points awarded. 1. City staff shall recommend the most qualified Vendor to the City Council and request authority to enter into contract negotiations. 2. When services or/and fees are agreed upon, the selected Vendor shall be offered a contract subject to City Council approval. 3. Should negotiations be unsuccessful, the City shall enter into negotiations with the next highest ranked Vendor. The process shall continue until an agreement is reached with a qualified Vendor. 4. The RFQ does not commit the City to pay for any direct and/or indirect cost incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for, traveling and attending interviews. Page 7 of 22 The City reserves the right to use all pertinent information(also learned from sources other than disclosed in the RFQ process)that might affect the City's judgment as to the appropriateness of award to the best evaluated proposer. This information may be appended to the proposal evaluation process results. Page 8 of 22 LETTER OF INTEREST RFQ—For Marketing Consultant Services F.O.G. (Fats, Oils, Grease)Program Initiative Deadline: November 21,2018 The undersigned firm submits the following information (this RFQ submittal) in response to the Request for Qualifications (as amended by any Addenda), issued by the City of Port Arthur, TX (City) for Marketing Consultant Services F.O.G. (Fats, Oils, Grease)Program Initiative Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ COMPLETED RFQ LETTER OF INTEREST FORM ❖ CERTIFICATION REGARDING LOBBYING ❖ NON-COLLUSION AFFIDAVIT(MUST BE NOTARIZED) ❖ AFFIDAVIT (MUST BE NOTARIZED) ❖ CONFLICT OF INTEREST ❖ HOUSE BILL 89 VERIFICATION ❖ SB 252CHAPTER 2252 CERTIFICATION ❖ DISADVANTAGED BUSINESS ENTERPRISE (DBE) Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFQ and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFQ. Firm accepts all terms of the RFQ submittal process by signing this letter of interest and making the RFQ submittal. This RFQ shall be governed by and construed in all respects according to the laws of the State of Texas. /6dn-4 /I U IS(IV& / 7 • ,2 / - / 8 Firm Name Date /?,‘/1 —./ 1—a, 6G11/1/0 Auth rized Signature Title X6'66 rvcic 9-691666- ,2r) 78 Name (please print) Telephone OP 7 44wA)p e- icy 11017` 1 7iY. _____ Address City/State/Zip Was L'6-M,1 1 t , GD Email 0 Page 9 of 22 NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: 25' 71"-"/ Printed Name: Rv4t-i2.l v�G Title: wpb R Company: /108/0 L4 Ari✓&fa- �l✓'� Date: / 1- 2/ - li SUBSCRIBED and sworn to before me the undersigned authority by I I the o2) of, ACA on behalf of said bidder. LkelaNthijoN 1)10C.Lk. Notary Public in and for the State of Texas My commission expires: ALEXANDRIA BLOCK 4�:6. NOTARY PUBLIC • ;:i 10#131413870 +P: State of Texas : oF Comm.Exp.01-18-2022 Page 10 of 22 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: 'V I hereby certify that 1 do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. PD1c-A ANt.r6) UG-- I I- 21 - /e. Firm Name Date /264 in4A/67 Authorized Signatur Title 18).9--zs- -__2 67 /8 Name (please print) Telephone kiPPILA/la/e4/ 1 C7//42-, /2/) Email STATE: eXas COUNTY: '9_,ck.fSU(1 SUBSCRIBED AND SWORN to before me by the above named Rohr " Un on this the a� S�" day of 1JOUc.mbtr , 20 . CLccL7u C \ Notary Public RY'�• ALEXANDRIA BLOCK ... : #;., NOTARY PUBLIC RETURN THIS AFFIDAVIT AS PART OF TILE BID PROP() • t * IDX 131413870 , State of Texas 9rFOFt�..,%;!: ? Comm.Exp.01-18-2022 Page 11 of 22 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by N.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a)_ By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. 11 Name of vendor who has a business relationship with local governmental entity. ixteDSo-c_, }/4S /Vomit Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 2-1 Name of local government officer about whom the information is being disclosed. floor Name of Officer Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. NO LIE A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? EDYes a No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? nYes n No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director. or holds an ownership interest of one percent or more. Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(8)., excluding gifts described in Section 176.003(a-1). Signature of vendor doing u4 siness with the governmental entity _. Form provided by Texas Ethics Commission www.ethics.state.tx.us ��'� Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis state.tx.us' Docs/LG/htm/LG.176.htm.For easy reference.below are some of the sections cited on this form. Local Government Code 4176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public:or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by.and reporting to.that agency. Local Government Code A 176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed: or (ii) the local governmental entity is considering entering into a contract with the vendor: (B) has given to the local government officer or a family member of the officer one or more gilts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that' (i) a contract between the local governmental entity and vendor has been executed:or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-11 (a) A vendor shall fife a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and. (1) has an employment or other business relationship with a local government officer of that local d bySection 003( , governmental entity,or a family ir:err,u2r ei.the officer,described "' 17o.�wta�(c);A): (2) has given a local government officer of that local governmental entity.or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B).excluding any gift described by Section 176.003(a-1):or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity art application.response to a request for proposals or bids. correspondence. or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or otilar business relationship with a local government officer, or a family member of the officerdescribed by Subsection(a): (8) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission wrivi.ethics.state.tx us Ravised 11.30 2015 Page 13 of 22 SB 252 CHAPTER 2252 CERTIFICATION I, CC:/ U N , the undersigned an representative of /-46,1 J (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above- named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Rods ,c/I & Name of Company Representative(Print) /7 Signature of Company R resentative Date Page 14 of 22 • House Bill 89 Verification I 1 & E (Person name), the undersigned representative (hereafter referred to as "Representative") of -/�v�o[- �► Ao t/E2T/wc/G lia °Lfl AV j6/4/6- ^ (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. /2eet— SIGNATURE OF REP ENTATNE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this AI day of CjJC.rr r , 20\K . WA-X.C4nriditieC6.__ake-1&_ Notary Public ur . ;�Pgrpie. ALEXANDRIA BLOCK 4,..2.6.; NOTARY PUBLIC �. *• ! :*: ID#131413870 • 1\ 'a/ State of Texas 9 of Comm.Exp,01.18.2#122 Page 15 of 22 Disadvantaged Business Enterprise (DBE) This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises. Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by 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 the Owner deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). Bidders are required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. Award of this contract is conditioned on submission of the following with the sealed bid: Names and addresses of DBE firms that will participate in this contract; Description of the work each DBE will perform; Dollar amount of the participation of each DBE firm participating; Written documentation of the bidder/offeror's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and If the contract goal is not met, evidence of good faith efforts to do so. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the owner. In addition, Contractor is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the owner and Contractor's receipt of the partial retainage payment related to the subcontractor's work. The contractor must promptly notify owner whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of owner. Rear ytic, rinted name of signatory) (P � rY) — (signature and date) Page 16 of 22 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Best Offer in accordance with the laws of Texas,to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. The following are the current City Council and City Employees who are anticipated to either recommend or ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Page 17 of 22 Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively,beginning with 1. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Grants, P.O. Box 1089, Port Arthur,Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. Page 18 of 22 COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If,through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by Page 19 of 22 virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable,of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. Page 20 of 22 None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15)days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period,the time may be extended by mutual agreement between OWNER and CONTRACTOR. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. PUBLIC INSPECTION OF PROPOSALS: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not available for public inspection until after the contract award. If the Proposer has notified the City, in writing, that the Proposal Document contains trade secrets or confidential information, the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's failure to take any such reasonable steps, even if the City is negligent in failing to do so. PROPOSAL EVALUATION AND CONTRACT AWARD: Proposal Evaluation and Contract Award Process: An award of a contract to provide the goods or services specified herein will be made using competitive sealed proposals, in accordance with Chapter 252 of the Texas Local Government Code and with the City's purchasing policy. The City will evaluate all proposals to determine which offerors are reasonably qualified for the award of the contract, applying the anticipated evaluation factors and emphasis to be placed on each factor as identified in the Scope of Services. A variety of factors may be used in the evaluation of the submitted proposals for this project. The City may, at its option, conduct discussions with or accept proposal revisions from any reasonably qualified proposer. Discussions may not be initiated by offerors. These discussions will be limited to issues and topics brought forth by the City. Any attempt by proposer or vendor at deviating from the issues and topics to discuss other issues and topics concerning the Proposal brought forth by the City of Port Arthur shall be grounds for disqualification. Vendors shall not contact any City of Port Arthur personnel during the proposal process without the express permission from the City's Purchasing Manager. AMBIGUITY: Any ambiguity in the Proposal Document as a result of omission, error, lack of clarity or non-compliance by the Proposer with specifications, instructions and all conditions shall be construed in the favor of the City. Page 21 of 22 ADDITIONAL INFORMATION: City may request any other information necessary to determine Proposer's ability to meet the minimum standards required by this RFP. + Page 22 of 22 F.O.G. (Fats,Oils,Grease) Program Bid Round 2 Presented by HOOPLA ADVERTISING 4407 Markwood Ct. Port Arthur, Tx 77642 409-656-2078 March 4, 2019 Presented to EXPERIENCE I. Robert Fong and Charles Vessels will be working as partners on this project. Consultant will be represented by Robert Fong, owner of Hoopla Advertising and sub-consultant Charles Vessels, owner of Big Op Media, inc. 2. Hoopla Advertising is a one person Advertising Agency located in at 4407 Markwood Ct, Port Arthur,Texas. Big Op Media, Inc. is a two person Advertising Agency located at 3155 Robin Hood Lane, Beaumont, Texas 77703. EXPERIENCE: Charles Vessels - After graduating from high school in 1969 from Justin F. Kimball High School in Dallas, Texas, Charles studied promotion and marketing for the record industry under the tutelage of Ernie Phillips a record industry giant. He worked for Ernie' s company, Tightlist Marketing. Charles Vessels worked with the biggest record companies in the world and promoted major stars like: Paul McCartney, Sting, MC Hammer, Madonna, Michael Jackson, Paula Abdul , Metallica and too many more to mention. In March 1991, Charles made a decision to start his own ad agency, Big Op Media, Inc. Instead of growing artists' careers he began growing small businesses into large ones. From signing a small medical practice run by Dr. James L. Holly and his nurse Pat, today that same practice is Southeast Texas Medical Associates (better known as SETMA) . Another account began with one Checkers (a chain operation known as Rally' s) which at the time had only one store in Beaumont, Texas. Now Charles is marketing Checkers in both Texas and Louisiana through Checkerboard Inc. He continues to consult and shoot all kinds of video' s for both artist' s and music business companies. 2. Big Op Media, Inc. has consisted of 2 people. Charles Vessels & Jeff Thomas - Jeff is on the marketing team of: Dodge Chrysler, Jeep and Ram in Michigan. A longtime friend of Charles Vessels he has come to Beaumont as needed as an independent contractor. 3. Big Op Media, Inc. was established in 1992. We have been busy marketing and creating for all of that time. Responsibilites would include working with Robert to oversee that we have met with the City of Port Arthur' s advisory committee needs and to get in touch with the vision of the City of Port Arthur team members. Robert and I will work diligently to find the perfect scenario to tell the story that needs to be told. Hoopla Advertising, FOG Proposal Page 1 PAST PERFORMANCE Example One: Big Op Media, Inc. has worked with the City of Beaumont Water Dept. from 2013 until 2017. We created ads for the F. O. G. Program and placed the media buys. The initial costs were between $15, 000 to $20, 000. Our package included 2 commercial productions w/ animation and 3D animation. We created a splash page for the city' s website which included interviews with Hani Tohme Head of Water Department at the time. We interviewed Beaumont Mayor, Becky Ames and other water department team members on video for social media. We anticipated a 1 month turnaround. There were no glitches and we came in on time and on budget. There were no amendments to anything we PROMISED and everyone was ELATED upon completion. No claims or litigation(s) . We ran a $3, 000 per month ad budget for 5 years. We worked with Hani and the city of Beaumont' s administration to get their thoughts and ideas. We shared our plans with them and worked together to bring the project to completion. We had no problems with anyone. When we brought the completed ads, it was a celebratory occasion with everyone connected to the water department, the municipality and on our end. We loved working with The City of Beaumont Water Department. That is the reason we are here hoping we get another very successful opportunity with you. You can expect nothing but cooperation from us, as we will go above and beyond anything you can think or imagine to get it right. Though it may be overused, it is our desire to undersell and over deliver. Commercials can be viewed at http://youtu.be/OzqYxbB uRI and https://www.youtube.com/watch?v=zuulCJ9UAm8 Robert Fong-Robert Fong was born and raised in Groves, Texas.After graduating from the University of Texas he worked for nine years in the Los Angeles motion picture industry in primarily editorial. I lis credits include "Red Headed Stranger," "Twin Peaks," and the cult classic "Killer Klowns from Outer Space." !Hs main editorial work was with Oscar winning editor Zach Staenberg, who edited "The Matrix." He has been making commercials in the Golden Triangle area since 1993. Ile is a two time President of the Southeast Texas Advertising Federation, and three time director of the Spindeletop Film Festival. He has also served on the board of the Southeast Texas Arts Council. His production work experience includes stints with Cornerstone Media, and Time Warner Cable where he Hoopla Advertising, FOG Proposal Page 2 has produced over 1000 commercials. He produced all of the commercials and most of the longer videos for Lamar University during its resurgence under the tenure of President Jimmy Simmons. Additionally,as an Account Executive with KFDM-Channel Six he worked closely with many local and regional advertisers including Nissan, Mercedes Benz, Raising Canes,Time Warner Cable, Ringling Brothers,and Stanton Optical-placing media and designing advertising schedules. He has been the recipient of numerous Telly, Press Club, and Cable Ace Awards, including three Best of Show Awards by the Southeast Advertising Federation. His photography was recently recognized by fotofest Houston in their"Seeing Harvey"exhibit, and will be displayed in a permanent Harvey themed museum in Houston. He has appeared in and directed numerous productions for Beaumont Community Players. Robert Fong established and has been the owner and operator of Hoopla Advertising since 2015. PAST PERFORMANCE Example Two: HOOPLA ADVERTISING developed a full Southeast Texas market presence for the sports network GT Replay employing a crew of fifteen people for games in the 2016 and 2017 school year. This included a website,twitter, Instagram, a youtube channel, facebook posts, onsite banners, event badges, and staff shirts with logo. Email blasts were also utilized. Full games were produced, with an opening title sequence, commercial bumpers, sponsor announcements, commercials, and closing show sequence. 1 B. Project Name: GT Replay(Golden Triangle Replay), Port Arthur—A regional sports network. A. $16,000—90 days to completion. B. Final cost, $16,000. 90 days to completion. C. There were no amendments D. There were no adverse claims or litigation E. GT Replay is co-owned by Robert Fong and Mike Sheffield. Robert Fong's relationship with co-owner Mike Sheffield goes back some 15 years. Hoopla Advertising utilized its extensive experience in the region to partner with radio stations, newspapers,and television stations to help get the word out. Games were available statewide through 'lime Warner Cable's on demand service until the discontinued by Spectrum upon its acquisition of the region's cable system. GT Replay to date has generated 27,700 views on youtube, with an aggregated viewing time of 323,600 minutes. Viewer numbers on Time Warner were not accessible but were estimated to have been much larger. The channel continues to exist on youtube and is available as a free service to the community with sponsors. Website Gtreplay.com. To date its highest viewed game is the 2016 game between Port Arthur and Port Neches-Groves with about 7250 views. https://www.youtube.com/watch?v=rb8xf3cZXM4 PAST PERFORMANCE Example Three: I loopla Advertising, FOG Proposal Page 3 Robert Fong of Hoopla Advertising developed a very successful campaign in 2018 for the Scott Law Firm. Ryan Scott the owner was rebranded as Ryan C. Scott,The Closer. A website, facebook page, youtube channel and google plus account were all created and/or updated,reflecting the new marketing approach. A URL was purchased, CloserLawyer.com which is used in all the marketing materials. Three commercials have been produced, written and directed by Robert Fong. One features Mr. Scott pursuing an insurance employee up Beaumont's San Jacinto clock tower. It can be viewed at closerlawyer.com under the video tab. 1B. Project Name: The Closer, Southeast Texas, a branding and advertising campaign for The Scott Law Firm. A. 90 days projected completion of the initial commercial, google listing, facebook page, and website. B. Final cost on budget. Completion as scheduled. The campaign is ongoing. C. There were no amendments D. There were no adverse claims or litigation E. My relationship with owner Ryan Scott goes back 10 years. Hoopla Advertising has assembled a team to facilitate completion of the items required in a timely manner. Bill Anderson - Graphic designer Bill Anderson of Sour Lake will be utilized for the development of the logo, graphics, and character design. Bill Anderson was the primary graphic artist for Vance Mathews Agency, Cornerstone Media Agency, and Lamar University, Beaumont for many years. His abilities include illustration, and his work is ubiquitous throughout the area. His cardinal character design for Lamar is used on all of their materials, including apparel. Past work includes designs for some of the largest advertisers in the area including Provost Humphrey,Market Basket,and Jason's Deli. Jason Spencer -Jason Spencer of Design Chute will be utilized for web based requirements. He currently handles the City of Port Arthur's Chamber Website, and his work is viewable at designchute.com. 3B-5 A production assistant will be utilized at times during the location shoots for both the documentary and commercial. 3B-6 A seamstress will also be utilized. We have one recommendation and a full search will implemented once the need and budget are determined. 6.Neither Robert Fong, nor Charles Vessels have any current conflicts that would impact their ability to complete this work for the city of Port Arthur. PROJECT APPI2OACII 1 . This proposal has made every attempt to include all the terms and conditions of the RFQ. 2. Project Approach: Residents of the city of Port Arthur are unaware of the full impact of fats, oils, grease(and grass) that are dumped into their own drains, and in city culverts. Many are also unsure of Hoopla Advertising, FOG Proposal Page 4 how to deal with these substances.The objective of the campaign will be to educate Port Arthur's residents about the effects of FOG materials in drains, and how to deal with them. Citizens will receive the message on television, radio, while on the internet, at festivals, from their on children, and at civic and business club meetings. Our goal is to reduce FOG related operational disruptions and correspondingly related repairs by the city,and to educate this and the next generation of Port Arthur residents that there is something they can do to help the cities drainage. The campaign message will be supported by a costume character which can be utilized at all public gatherings, including schools.A video documentary will be made available to people online, in classrooms,and at various civic and orginization gatherings. To save costs a URL will be purchased that will reflect the theme of the campaign. This will redirect to a landing page on the City of Port Arthur's website. The logo will be placed on city vehicles and will remind citizens of the message, long after the television, radio, and facebook posts have stopped. An example of possible monthly buys with tv stations, radio stations, etc is included below and will be determined by priorities and budget. Certain aspects of the campaign can be adapted for a Spanish language version. Work Schedule, Detailed Work Assigments (this may be amended with the city's approval based on the scope of the work requested) The Notice to Proceed begins the schedule. (names in parenthesis indicate assignments) Week 1: Contract Awarded Meetings with city officials about goals, and challenges, and details are established. (Fong,Vessels) Documentary shoots are scheduled for week 4 (Robert Fong) Week 3: Campaign Proposal is submitted for approval to the city (Robert Fong, Charles Vessels) (Message,slogan, URL, concept, commercial synopsis, logo ideas) Week 4: City reviews proposal Scheduled documentary shoots occur(Robert Fong) More shoots scheduled for week 6. (Fong) Week 5: (if above approved) Based on city recommendations: Final logo development(Bill Anderson) TV and Radio scripts finalized (Robert Fong, Charles Vessels) URL purchased (Fong) Character development and Costume design(Bill Anderson) Week 6 Week 5 items submitted for approval (Fong,Vessels) More documentary shooting occurs if needed (Robert Fong) Hoopla Advertising, FOG Proposal Page Copy on Documentary (Robert Fong) Week 7 Facebook Posts,(Bill Anderson, Robert Fong) Landing page(Jason Spencer,Robert Fong) Handout Flyers Designed (Bill Anderson) Vehicle Logos designed (Bill Anderson) Preproduction scheduled on commercial (Robert Fong, Charles Vessels) Work begins on producing costume(to be determined) Week 8(if above approved) Commercial Production occurs(Robert Fong,Vessels) Week 7 items submitted for approval (Robert Fong) Week 9 Facebook posts, Landing page submitted for approval (Bill Anderson, Jason Spencer) Commercial Edit(Robert Fong) Radio spots produced (Robert Fong, Charles Vessels) Week 10 Commercial submitted for approval (Robert Fong) Documentary editing begins(Robert Fong) Flyers printed(Bill Anderson, Robert Fong) Production begins on city vehicle decals(Bill Anderson, Robert Fong) Costume submitted for approval Radio spots submitted for approval (Robert Fong) Week 11 Documentary submitted for approval (Robert Fong) Decals submitted for approval (Bill Anderson, Robert Fong) Any remaining items that have not been approved are revised and resubmitted.(all) Week 12 All elements of the campaign are launched(Robert Fong, Charles Vessels) Hoopla Advertising, FOG Proposal Page 6 Use of City Staff: We anticipate that city staff will be utilized for costume appearances,and to act as the helper of the costume wearer during events. They will also be asked for logistics assistance during video acquisition shoots, and possibly as on camera talent during the documentary and commercial video shoots. Full involvement will be determined after the campaign is accepted. Item 10: Neither the Consultant or sub-consultant will be utilizing an existing staff. All will be contract hires. Item 11: Both the Consultant and sub-consultant anticipate no effects to the city of work for other agencies. Hoopla Advertising, FOG Proposal Page 7 Hoopla Advertising Rate Schedule and hourly rates Campaign Development: $950 Robert Fong: =$475 7.9 hours x $60 Charles Vessels: =$475 7.9 hours x$60 Thirty Second commercial: $3,500 90/hour Robert Fong(Shoot, Edit,) - $1,500 16.6 hours Equipment Rental(Hoopla) -$1,000 One shooting day Charles Vessels(concept, copy) - $500 10 hours x $50 Production Assistant- $120 8.3 hours x $60 Talent- $380 7.6 x $50 Campaign Logo: $1600 $75/hour Bill Anderson: (graphic artist) $1350 18 hours x $75 Charles Vessels: (concept,consulting)$250, 4.16 hours x $60 Logo Animation: $1250 75/hour Robert Fong: editorial= $1050 14 hours x $75 Charles Vessels: concept, consulting=$200 4 hours. $50 Video Documentary: $7,750 100/hour Robert Fong: Copy, Shoot, Edit= $5500 90,hour x 61.1 hours Equipment Rental $1500 Production Assistant 4 x 3-4 hour shoots $400 Charles Vessels: Copy, Logistics=$350, 7 hours x $50 Character Creation: $1151) 75 hour Hoopla Advertising, FOG Proposal Page 8 Bill Anderson: artist=$950 14 hours x$75 Concept/Consultant: Charles Vessels=$200 4 hours x $50 Costume: $2100 Seamstress plus Materials: $1500 12 hours Bill Anderson: Concept adaptation-$350 4.66 hours x $75 Charles Vessels: Consulting - $250 5 hours x$50 Internet Landing Page: $1,000 Jason Spencer: Layout, Coder=$700 10 hours x $70 Robert Fong: Copy& Concept=$300 5 hours x $60 Campaign URL: $100 3 facebook posts: $65/hour: $450 Copy and Concept Robert Fong : $450 6.9 hours x $65 3 Instagram posts (adapted from the facebook posts): $225 3.46 hours x$65 = $225 Radio Spots: $950 Robert Fong: Copy$200 3.33 hours x $60 Production = $250 3.33 hours x $75 Talent=$300 Charles Vessels: Copy, Concept= $200 3.33 hours x $60 City Vehicle Graphic Design: $750 Bill Anderson: (graphic design) $650 8.66 hours x $75 Charles Vessels: (Consulting) $100 2 hours x $50 Handout/Flyer: $1500 Bill Anderson: (design) = $400 8 hours x $75 Charles Vessels(Concept)= $100 2 x $50 Printing 4.25 x 5.5 Card,2000 count=$1000 Report and Proposal assistance: $500 Robert Fong =$250 5 hours x$50 Charles Vessels=$250 5 hours x $50 Marketing Consulting Fee Overall Campaign Design and Placement: $1000 Charles Vessels: $1000 $100 x 10 hours Billboard Production Costs(final costs contingent on boards available and buys) : $2,000 (1.50/sq.ft. -discounted from$2/sq.ft.) Jingle: Hoopla Advertising, FOG Proposal Page 9 Package Rate: $5,000 (include agency consulting, talent and production) Vehicle Decals Count 175-200(24 X 24 inch)= S4,025 (final costs contingent on design, count and size) Total Production Bid $35,800 MEDIA PLACEMENT (Monthly costs, and length of campaign will be determined by budget and are not included in the above bid. Costs below are contingent on market rates, a fifteen percent placement fee will be added to schedules that do not include agency commission.) TELEVISION BROADCAST—Advertising on local television channels KFDM and/or KBMT. (programming buys to be determined by target audience and competitive bids from stations) $4.250 per month STREAMING MEDIA—Many people now watch their favorite shows and events on various streaming platforms like Sling and Hulu. This schedule reaches that audience. (subject to the availability of views in the Port Arthur area and market costs) $500 per month SOCIAL MEDIA Facebook, Youtube and Instagram now command the largest slice of the social media &digital pie. $500 per month RADIO Placement will be determined by competitive bids from local radio stations. $750 per month BILLBOARDS Location and number to be determined by competitive bids and length of the buy) $1,600 per month Suggested Total - $7,600 per month Hoopla Advertising, FOG Proposal Page 10