HomeMy WebLinkAboutItem 5c. Authorize RFP for Tourism Marketing Services for the TBID Item 5c
Department: Administration
Cost Center: 208
For Agenda of: 1/23/2024
Placement: Consent
Estimated Time: N/A
FROM: Greg Hermann, Deputy City Manager
Prepared By: Molly Cano, Economic Development & Tourism Manager and
Jacqui Clark-Charlesworth, Tourism & Community Promotions Manager
SUBJECT: AUTHORIZE REQUEST FOR PROPOSALS FOR TOURISM MARKETING
SERVICES FOR THE SAN LUIS OBISPO TOURISM BUSINESS
IMPROVEMENT DISTRICT (VISIT SAN LUIS OBISPO)
RECOMMENDATION
As recommended by the Tourism Business Improvement District (TBID) Board,
1. Authorize the issuance of a Request for Proposals (RFP) for contract services for
tourism marketing services; and
2. Authorize the City Manager to award the contract if proposals for required marketing
services are within the project budget of $1,150,000; and
3. Authorize the City Manager to approve additional services as outlined in the RFP not
to exceed the FY 2024-25 projected TBID revenue of $2,183,616 and based on the
recommendation by the TBID Board and within the adopted TBID Fund revenue
projections as part of the 2023-25 Financial Plan.
POLICY CONTEXT
The TBID levies an assessment on all lodging properties for the purpose of tourism
promotion for the benefit of the district’s constituents. The assessment is a special
revenue and is administered in a separate and distinct fund. As referenced in the City’s
Municipal Code (MC) Section 12.42.030 and Sections 36501 of the California Streets and
Highways Code, the use of these funds is for the general promotion of tourism within the
district to include costs as specified in the business plan to be adopted annually by the
City Council, and the marketing of the district to the travel industry in order to benefit local
tourism and the local hotel industry in the district.
DISCUSSION
Page 17 of 668
Item 5c
Background
In June 2008, Council adopted Ordinance 1517 establishing a tourism business
improvement district (TBID) as requested by the local lodging industry. The assessment
became effective on October 1, 2008 and the use of funds is defined in MC Section
12.42.030 as follows:
“This ordinance is made and enacted pursuant to the provisions of the
Parking and Business Improvement Area Law of 1989 (Sections 36500 et.
seq., of the California Streets and Highways Code). The purpose of forming
the district as a business improvement area under the Parking and Business
Improvement Area Law of 1989 is to provide revenue to defray the costs of
services, activities and programs promoting tourism which will benefit the
operators of hotels in the district through the promotion of scenic,
recreational, cultural and other attractions in the district as a tourist
destination.”
In order to effectively and efficiently execute the marketing efforts for the district, the City
via the TBID Board actively retains a full-service agency-of-record to perform the
comprehensive marketing functions. Over the tenure of the district, the TBID has issued
three separate RFPs to select the agency to perform this work. The current contract is for
a two-year term with the ability to extend once for an additional two years. That extension
will be exhausted on June 30, 2024.
Establishment of the RFP
The TBID Board is a working board and began discussing the RFP process in fall of 2023.
To effectively draft the RFP, the TBID provided input and direction as to the scope of
work, contract terms and budget amount.
Scope of Work
The selected agency is responsible for the comprehensive dest ination marketing
functions across the channels of paid, owned and managed. The work effort and
deliverables encompass development of all creative, content, optimization and reporting
for the TBID’s brand marketing program.
Required Marketing Service Elements
As stated in the RFP documents, the following are the required minimum expected
elements of the marketing services efforts included in the work program for the selected
agency.
Brand Strategy & Management: Serve as the steward for the Visit San Luis Obispo
brand and deliver recommendations for overall brand amplification.
Account Strategy & Project Management: Guide the development and execution
of the overarching marketing strategy and oversee the plans to support the various
Visit San Luis Obispo program initiatives.
Page 18 of 668
Item 5c
Creative Services: Establish compelling messaging and visuals to build a wareness
and create demand, while driving optimal performance.
Paid Media and Search Strategy & Management: Implement a high performing
paid media strategy focused on driving brand awareness and destination
consideration among audiences likely to visit San Luis Obispo.
Website Maintenance & Services: Ensure VisitSLO.com is a high performing,
consistently maintained, engaging and secure site.
Content Development: Provide valuable, engaging and authentic content to help
communicate the experiences and offerings of San Luis Obispo.
** The TBID currently retains a separate content agency to for social media
strategy, content and channel management. Coordination and collaboration with
staff and content agency is required.**
Reporting: Report on all work program outcomes in a way that demonstrates
meaningful results that resonate with the City Council, TBID Board, stakeholders
and staff.
Additional Services
Within the RFP, the Board outlined additional services that are considered within the
scope of the overall Marketing Contract Services and may be added to the awarded
contract later upon mutual agreement by the parties. However, the RFP clarifies that
proposals are not required to address any additional services to be considered an
acceptable proposal. The RFP specifies that any fees associated with the services from
the Additional Services section that are included in the proposer’s response do no t need
to be accommodated within the budget total outlined in Part D Project Budget. Proposers
should provide a description of those services along with the associated cost for the Board
to review and evaluate. The additional services for consideration inc lude:
Event Attraction
Group Sales
Organic Social Media
Proactive Public Relations
Research
Advisory Body Action
At the December 18, 2023 Special TBID Board meeting, the TBID Board approved the
RFP and established the recommendation to City Council. (Attachment B – TBID Board
Minutes)
Public Engagement
All TBID meetings were noticed in accordance with Brown Act requirements. The public
will also have the opportunity to provide public comment before or during the January 23,
2024 City Council meeting.
Page 19 of 668
Item 5c
ENVIRONMENTAL REVIEW
The California Environmental Quality Act (CEQA) does not apply to the recommended
action in this report, because the action does not constitute a “project” under CEQA
Guidelines sec. 15378.
FISCAL IMPACT
Budgeted: Yes Budget Year: 2024-25
Funding Identified: Yes
Fiscal Analysis:
Funding
Sources
Total Budget
Available
Current
Funding
Request
Remaining
Balance
Annual
Ongoing
Cost
General Fund
State
Federal
Fees
Other: TBID $2,183,616 $1,150,000+ $1,033,616
Total $2,183,616 $1,150,000+ $1,033,616 $
In 2024-25, the TBID projected revenue is $2,183,616 as outlined on page 328 of the
adopted 2023-25 Financial Plan which funds the entirety of the TBID program including
staffing, contract services, and other operational costs . Of the $2.18 million,
approximately $1.75 million is budgeted for services including tourism marketing services.
If any additional services identified above are rendered, the TBID reserves the right to
adjust the total project cost provided funding is appropriated in the budget.
ALTERNATIVES
The City Council may choose to deny or defer the approval to issue this RFP for
marketing services. Staff does not recommend this option as the existing marketing
contract will expire on June 30, 2024, without the ability to extend the term.
ATTACHMENTS
A - Draft Request For Proposal Tourism Marketing Services for Visit San Luis Obispo
B - December 18, 2023 TBID Board Special Meeting Minutes
Page 20 of 668
The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities.
Telecommunications Device for the Deaf (805) 781-7410.
Notice Requesting Proposals for Destination Marketing Services for
the City of San Luis Obispo Tourism Business Improvement District (Visit San Luis Obispo)
The City of San Luis Obispo is requesting sealed proposals for consulting services associated with the
comprehensive marketing services for tourism promotion.
All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be
required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app-
web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of
Finance at or before 4:00 p.m. on Monday, March 4, 2024 when they will be opened electronically via
BidSync on the proposal end date and time.
The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper
copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obipso, 990
Palm Street, San Luis Obispo, CA, 93401.
An optional pre-proposal meeting will be held to answer any questions that the prospective proposers
may have regarding the City's request for proposals.
Pre-proposal Meeting Information
February 6, 2024 at 10:30 a.m. PST
REGISTER HERE
A letter of Intent to Bid is requested, but not required for this RFP. The optional Intent to Bid is to be
submitted to the City’s Tourism & Community Promotions Manager, Jacqui Clark-Charlesworth, at
jclark@slocity.org by 5:00 p.m. on February 19, 2024.
Project packages and additional information may be obtained at the City’s BidSync website at
www.BidSync.com. Please contact the City’s Tourism & Community Promotions Manager, Jacqui Clark-
Charlesworth, at jclark@slocity.org with any questions.
For technical help with BidSync please contact BidSync tech support at 800-990-9339.
Page 21 of 668
TABLE OF CONTENTS
A. INTRODUCTION ......................................................................................................................................... 2
B. SCOPE OF WORK ....................................................................................................................................... 4
C. PROJECT SCHEDULE .................................................................................................................................. 6
D. PROJECT BUDGET ..................................................................................................................................... 7
E. GENERAL TERMS AND CONDITIONS ......................................................................................................... 7
F. SPECIAL TERMS AND CONDITIONS ............................................................................................................ 8
I. PROPOSAL SUBMITTAL FORMS ................................................................................................................ 19
J. FORM OF AGREEMENT………………………………………………………………………………………………………………………..23
Page 22 of 668
-2-
A. INTRODUCTION
The City of San Luis Obispo’s (“City”) Tourism Business Improvement District (“TBID”) is seeking proposals
from qualified full-service, highly creative and innovative marketing agencies for execution of the
integrated destination marketing program for the City of San Luis Obispo’s tourism marketing program,
Visit San Luis Obispo.
I. RFP Objective
The TBID is requesting proposals from full-service marketing agencies to serve as the agency-of-record
(AOR) to conduct the organization’s overall marketing and branding efforts for Visit San Luis Obispo. The
TBID is looking for a passionate, entrepreneurial and committed agency of people with big ideas who
possess the ability to execute those ideas effectively on behalf of the destination. Responding agencies
should have experience in marketing travel destinations and/or lifestyle brands and prior experience
serving as an agency-of-record. As the AOR, the contracted agency will be responsible for creating and
executing a comprehensive marketing plan to support the TBID’s branding, marketing, advertising and
digital initiatives.
II. Background
San Luis Obispo is a leading tourism destination on the Central Coast of California. Located halfway
between San Francisco and Los Angeles, the City of San Luis Obispo is at the heart of the vibrant San Luis
Obispo County region (also known as “SLO CAL”). Approximately 1.5 million visitors visit San Luis Obispo
annually to enjoy destination offerings including the charming downtown, iconic attractions like
Bubblegum Alley, the downtown Thursday Night Farmers’ Market, and Cal Poly State University – in
addition to using SLO as homebase for day trips to nearby beaches, wine regions and other attractions.
In October 2008, after decades of City directed efforts and at the request of the local lodging industry, the
San Luis Obispo City Council established the San Luis Obispo Tourism Business Improvement District. All
lodging business within the city limits of San Luis Obispo are assessed. The annual assessment rate is two
percent (2%) of gross short-term room rental revenue. The TBID is a special assessment district within the
City jurisdiction that provides specific benefits to payors, by funding marketing, a dvertising, promotions,
and sales efforts for assessed businesses. To manage the TBID’s activities, the City Council appointed an
Advisory Board of hoteliers to make recommendations to Council regarding the use of the assessment
funds. The Board’s primary focus is to promote San Luis Obispo as a visitor destination to enhance the
economic wellbeing of the lodging industry.
In the fifteen-year history of the TBID, the lodging businesses have seen great benefits from the tourism
marketing efforts of the district in the form of increased annual occupancy and average daily rate, and
consequently the City has also benefited from the increase in transient occupancy tax. In the past few
years, hotel room inventory within the City has expanded dramatically and will continue to grow, which
is why the TBID desires to continue evolving their destination marketing efforts to remain competitive
and expand their market share.
III. Organizational Structure
The TBID program is overseen by a City Council appointed Advisory Board. The TBID Board is comprised
of seven SLO lodging members. Board members serve four-year staggered terms. The leadership consists
of a Chair and Vice Chair. The current TBID Board Chair also serves on another City advisory body, the
Page 23 of 668
-3-
Promotional Coordinating Committee.
The TBID is currently staffed by two City of San Luis Obispo employees – 1.5 FTE. The program functions
of the staff are organizational planning and operations, project and contract management, partnership
development, stakeholder management and industry relations.
IV. Current Agency Structure
The TBID currently operates with a team of collaborative marketing service providers to execute the
comprehensive destination marketing program. The team includes:
• AOR: a marketing agency-of-record responsible for creating and executing the comprehensive
marketing plan to drive Visit San Luis Obispo’s branding, marketing, advertising and digital
initiatives.
o National PR firm: a subcontractor to the AOR responsible for proactive media outreach.
• Content marketing agency: a separately contacted agency responsible for organic social media
content.
• SLO Chamber of Commerce: a separately contracted organization that provides guest service
operations, operates the SLO Visitor Center, and leads local public relations efforts.
The term of the current AOR (including the National PR firm) will expire in June 2024. Based on the
outcome of the RFP process a transition period will be established. These agencies are required to work
collaboratively and professionally to ensure a seamless transition for Visit San Luis Obispo.
V. Contract Term
The successful proposer will enter into a 2-year contract for marketing services with the City of San Luis
Obispo to begin no later than July 1, 2024 and terminate on June 30, 2026. The City reserves the right to
extend the agreement once for an additional 2-year term at the recommendation of the TBID Board,
provided funding is appropriated for this purpose in subsequent budgets. The contract will be reviewed
annually for performance and program evaluation. A proposed extension will also be assessed according
to program direction, funding and consistency of price and scope of work continuity.
VI. Response Structure
Prospective respondents are to submit proposals which demonstrate adeptness at providing an
integrated and innovative marketing program. To allow for varied agency models to participate in this RFP
process, the following structures will be accepted:
• An individual agency may provide a response for the entire scope of services.
• An individual agency may provide a response for the scope of the services achieved through
subcontracting portions of work from additional agencies. These proposals will need to identify
the lead contracting agency and subcontracting agencies and delineate the assigned work.
• Multiple agencies may collaborate to present a single proposal that includes the full scope of
work. These proposals will need to demonstrate previous projects that have required similar
collaboration and a clear definition of how communication will maximize the partnership of these
companies.
Page 24 of 668
-4-
B. SCOPE OF WORK
The selected agency is responsible for the comprehensive destination marketing functions across all
channels of paid, owned and managed. The work effort and production encompass development of all
creative, content, optimization and reporting for the TBID’s brand marketing program.
I. Required Marketing Service Elements
The following are the required minimum expected elements of the marketing services efforts included in
the work program for the selected agency.
Brand Strategy & Management: Serve as the steward for the Visit San Luis Obispo brand and deliver
recommendations for overall brand amplification.
• Provide oversight and management of the brand book.
• Provide brand strategy, direction and development for Visit San Luis Obispo as the organization
and destination.
• Establish recommendations for amplification of sub brands like Sustainable SLO.
• Coordinate and design all collateral/swag to support the brand.
Account Strategy & Project Management: Guide the development and execution of the overarching
marketing strategy and oversee the plans to support the various Visit San Luis Obispo program
initiatives.
• Lead the development and execution of a two-year Tourism Marketing Plan derived from research
and insights that support the long- and short-term goals of Visit San Luis Obispo in collaboration
with the full TBID team.
o Deliver a creatively designed digital document of the plan for publishing and distribution.
• Serve as the primary contributor to the quarterly marketing plan/work program coordination
efforts with the full TBID team.
o Maintain and manage collaborative repository for work program coordination.
• Provide ongoing support and input to the implementation of the TBID Strategic Inititaives.
• Apply research analysis and data to enhance and optimize the marketing initiatives when
applicable.
• Provide management of project timelines and development to ensure tasks get done in a timely
manner and that marketing projects stay within time and budget constraints.
• Guide, support and add value to the extended TBID team.
• Collaborate with the full TBID team including content marketing agency and SLO Chamber of
Commerce.
Creative Services: Establish compelling messaging and visuals to build awareness and create demand,
while driving optimal performance.
• Develop the strategies, campaign themes, and set goals for ongoing and promotional
campaigns.
• Support marketing objectives through creative direction, coordination and design.
• Create, manage and oversee the visual and messaging representation of branded SLO TBID
marketing assets for a cohesive and impactful look and feel across all touchpoints.
• Provide creative services including but not limited to website development, digital assets, limited
print design and event activation.
• Development of creative assets and executions to fulfill media placements.
• Utilize video/photo assets and build content specific to campaign needs.
Page 25 of 668
-5-
o Direct, coordinate, produce and deliver visual assets when needed.
o Manage contractors, videographers, photographers etc. to ensure deliverables are on-
time and on-budget.
• Develop creative assets to support the implementation of strategic partnerships and TBID
sponsored events.
o Creation of co-branded ads, toolkit resources for partners, and landing page
development.
• Collateral and asset development will be required on an as-needed basis.
o Design and delivery of the printed and digital destination brochure and other
organizational materials.
• Integrate diversity, equity and inclusion across all channels and creative elements representing
San Luis Obispo.
Paid Media and Search Strategy & Management: Implement a high performing paid media strategy
focused on driving brand awareness and destination consideration among audiences likely to visit San
Luis Obispo.
• Create multi-channel campaigns aligned with marketing objectives for paid media and search
engine marketing.
• Paid media strategy, management, and ongoing optimizations may include the following:
o Development of an annual paid media strategy adjusted quarterly for performance.
o Digital media budget recommendations by audience and channel. Channels should
include: display, paid social, paid search, native, content sponsorships and video
• Ongoing management, reporting and optimization of campaigns.
• Establish an ongoing SEO strategy to drive high intent visitors to the website.
Website Maintenance & Services: Ensure VisitSLO.com is a high performing, consistently maintained,
engaging and secure site.
• Serve as the principal advisor and provider for website marketing strategy including
management, maintenance, development and content creation.
• Provide ongoing design and development enhancements, content creation, site development
and maintenance.
o Implement listing updates four times a year.
o Recommend and perform site enhancements.
o Complete general website update requests for content.
o Provide website support for TBID initiatives including landing page development.
Content Development: Provide valuable, engaging and authentic content to help communicate the
unique experiences and offerings of San Luis Obispo.
• Create and provide relevant and timely information on the website to be leveraged and
distributed across the TBID’s channels.
o Each month create new content and update existing content on the site.
• Newsletter development and deployment to the Visit San Luis Obispo database.
o Maintain the email system overall including strategy, management and maintenance of
the subscriber lists and utilize the various lists accordingly.
o Manage the design/template customization, copy and distribution of the email.
• Fulfill advertorial copy and partner content contribution.
** The TBID currently retains a separate content agency for social media strategy, content and
platform management. Coordination and collaboration with staff and content agency is required.**
Page 26 of 668
-6-
Reporting: Report on all work program outcomes in a way that demonstrates meaningful results that
resonate with the City Council, TBID Board, stakeholders and staff.
• Produce a written monthly activity report, deliver a written and verbal quarter production
report, and submit an annual contract review report.
• Development of a comprehensive Visit San Luis Obispo annual report in collaboration with staff
and cross-agency teams.
o Deliver a creatively designed digital document of the annual report for publi cation and
distribution along with an approximately 3-minute long professionally produced highlight
video.
II. ADDITIONAL SERVICES
If there are related services not otherwise identified in the RFP, the proposer may offer those to the TBID,
but are not required to. Included in the list below are considerations. Proposals are not required to
address any additional services to be considered an acceptable proposal as these services may be added
to the scope of work later upon mutual agreement by the City and successful proposer.
Any fees associated with the services from this section included in the proposer’s response do not need
to be accommodated within the budget total outlined in Part D Project Budget. However, final selection
of the successful proposer may be based on the desirability of the additional services offered.
• Event Attraction
• Group Sales
• Organic Social Media
• Proactive Public Relations
• Research
III. REFERENCE MATERIALS
Provided below are several TBID documents and plans related to the past, current and future marketing
efforts. The following should be carefully considered and integrated into the proposal:
• 2022-24 Marketing Plan
• 2022-23 Annual Report & Sizzle Reel
• Visitor Research & Brand Sentiment
• 2019-24 TBID Strategic Plan
C. PROJECT SCHEDULE
The table below shows the preliminary timeline. Proposals shall include detailed schedules (with tasks,
milestones, deliverables, and meetings identified by month or quarter) that are generally consistent with
the preliminary timeline. It is understood that the schedule may be adjusted based on selected agency
feedback when the contract is finalized.
Preliminary Schedule Tasks
Weekly • Agency & Staff Check In
Monthly • 2nd & 4th Wednesday/Month – TBID Board Meeting
Quarterly • All Agency Planning Meeting
Bi-Annually • TBID Partner Reception
July – August • Marketing and Advertising Plan Development
Page 27 of 668
-7-
August – October • Annual Report Development
September – May • Shoulder Season Advertising Campaign
January – March • Seasonal Promotion
March / April • Annual Planning with the Board/All Agency Marketing Retreat
May / June • Review and Budgeting
July • City Council Annual Budget & Workplan Approval
D. PROJECT BUDGET
This contract will initially be funded up to $1,150,000 for services rendered each fiscal year for the 2024-
2026 term. Funding at this level is dependent on the actualization of the overall TBID revenues. This
budget figure is inclusive but not limited to marketing strategy, creative and content production, media
planning and placement (both offline and online), website, reporting, account management fees, and out-
of-pocket expenses. However, the City reserves the right to adjust both the budget and related services.
The City is open to multiple avenues of service remuneration, depending upon the preferences of the
agency, in relation to TBID’s annual budget allocation.
E. GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall
meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue
of its proposal submittal, the bidder acknowledges agreement with and acceptance of all
provisions of the RFP specifications.
2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the
specifications and accompanied by any other required submittals or supplemental materials.
Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit
electronically, please send your bid copy in a sealed envelope to the Department of Finance, City
of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature
opening, the proposal should be clearly labeled with the proposal title, project number, name of
bidder, and date and time of proposal deadline. No fax submittals will be accepted.
3. Insurance Certificate. Each proposal must include a certificate of insurance showing:
a. The insurance carrier and its A.M. Best rating.
b. Scope of coverage and limits.
c. Deductibles and self-insured retention.
The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance
coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are
not required until contract award. The City’s insurance requirements are detailed in Section E.
4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities
indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces
provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The
Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount
Page 28 of 668
-8-
stated by any bidder for any item are not in agreement, the unit price alone will be considered as
representing the bidder’s intention and the proposal total will be corrected to conform to the
specified unit price.
5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior
to the time specified for the proposal opening, by submitting a written request to the Director of
Finance for its withdrawal, in which event the proposal will be returned to the bidder unopene d.
No proposal received after the time specified or at any place other than that stated in the “Notice
Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared
publicly. Bidders or their representatives are invited to be present at the opening of the proposals.
6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to
make or file, or to be interested as the primary submitter in more than one proposal, except an
alternative proposal when specifically requested; however, an individual or business entity that
has submitted a sub-proposal to a bidder submitting a proposal, or who has quoted prices on
materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from
quoting prices to other bidders submitting proposals.
7. Communications. All timely requests for information submitted in writing will receive a written
response from the City. Telephone communications with City staff are not encouraged but will
be permitted. However, any such oral communication shall not be binding on the City.
CONTRACT AWARD AND EXECUTION
8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of
60 days for examination and comparison. The City also reserves the right to waive non-substantial
irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a
proposal and accept the other, except to the extent that proposals are qualified by specific
limitations. See the “special terms and conditions” in Section C of these specifications for
proposal evaluation and contract award criteria.
9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the
competence and responsibility, professionally and/or financially, of bidders. Bidders will provide,
in a timely manner, all information that the City deems necessary to make such a decision.
10. Contract Requirement. The bidder to whom award is made Contractor shall execute a written
contract with the City within ten (10) calendar days after notice of the award. The contract shall
be made in the form adopted by the City and incorporated in these specifications.
CONTRACT PERFORMANCE
11. The City’s contract terms and conditions that Contractor will be expected to execute and be bound
by are attached hereto as Exhibit A.
F. SPECIAL TERMS AND CONDITIONS
1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section E (General Terms
Page 29 of 668
-9-
and Conditions) of these specifications, the contract will be awarded using the outlined two-phase
selection process and will not be based solely on price, but on a combination of factors as
determined to be in the best interest of the TBID.
2. Sales Tax Reimbursement.
For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues.
Therefore, for bids from retail firms located in the City at the time of proposal closing for which
sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the
proposal by the City in calculating and determining the lowest responsible, responsive proposer.
3. Labor Actions.
In the event that the successful proposer is experiencing a labor action at the time of contract
award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves
the right to declare said proposer is no longer the lowest responsible, responsive proposer and to
accept the next acceptable low proposal from a proposer that is not experiencing a labor action,
and to declare it to be the lowest responsible, responsive proposer.
4. Failure to Accept Contract.
The following will occur if the proposer to whom the award is made (Contractor) fails to enter into
the contract: the award will be annulled; any bid security will be forfeited in accordance with the
special terms and conditions if a proposer's bond or security is required; and an award may be
made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if
it were the party to whom the first award was made.
5. Contract Term.
The supplies or services identified in this specification will be used by the City for FY 24-26. The
prices quoted for these items must be valid for the entire period indicated above unless otherwise
conditioned by the proposer in its proposal.
6. Contract Extension.
The term of the contract may be extended by mutual consent for an additional two-year term for
a total of four years.
7. Supplemental Purchases
Supplemental purchases may be made from the successful proposer during the contract term in
addition to the items listed in the Detail Proposal Submittal Form. For these supplemental
purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other
similar customers for the same item. If the proposer is willing to offer the City a standard discount
on all supplemental purchases from its generally prevailing or published price structure during
the contract term, this offer and the amount of discount on a percentage basis should be provided
with the proposal submittal.
8. Contractor Invoices.
The Contractor may deliver either a monthly invoice to the City with attached copies of detail
invoices as supporting detail, or in one lump-sum upon completion.
9 Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail
Proposal Submittal Form, as well as any supplemental items, from other vendors during the
contract term.
Page 30 of 668
-10-
10. Unrestrictive Brand Names. Any manufacturer's names, trade names, brand names or catalog
numbers used in the specifications are for the purpose of describing and establishing general
quality levels. Such references are not intended to be restrictive. Proposals will be considered for
any brand that meets or exceeds the quality of the specifications given for any item. In the event
an alternate brand name is proposed, supplemental documentation shall be provided
demonstrating that the alternate brand name meets or exceeds the requirements specified
herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer,
and the City shall be the sole judge in making this determination.
11. Delivery. Prices quoted for all supplies or equipment to be provided under the terms and
conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis
Obispo by the successful proposer and received by the City within 90 days after authorization to
proceed by the City.
12. Start and Completion of Work. Work on this project shall begin immediately after contract
execution and shall be completed within 90 calendar days thereafter, unless otherwise negotiated
with City by mutual agreement.
13. Change in Work. The City reserves the right to change quantities of any item after contract award.
If the total quantity of any changed item varies by 25% or less, there shall be no change in the
agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of
25% shall be subject to negotiation with the Contractor.
14. Submittal of References. Each proposer shall submit a statement of qualifications and references
on the form provided in the RFP package.
15. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any
past governmental agency bidding or contract disqualifications on the form provided in the RFP
package.
Page 31 of 668
-11-
PROPOSAL CONTENT FOR TOURISM MARKETING SERVICES
1. Proposal Content. Your proposal must include the following information:
Submittal Forms
a. Proposal submittal summary.
b. Certificate of insurance.
c. References from at least three contacts for whom you have provided similar services.
d. Professional work product samples.
Qualifications & Description of Prosper
e. Services & Activities. Provide a description of the nature of the agency’s services and
activities. Provide the year in which the agency was formed and any acquisitions in the
past 5-years. Note the company’s history and expertise in travel and tourism advertising.
List the address from which the primary work on the contract would be performed and
size of agency by headcount. List the number of full and part-time employees. Do not list
any subcontractors in this section.
f. Conflicts of Interest. List all tourism-related clients for whom you have acted in the United
States during the past 18 months. You must certify that there are no conflicts of interest
between any existing contracts. Client relationships that could potentially be a conflict of
interest must be listed together with a discussion of how the agency will resolve the
potential conflict of interest. The selected agency must disclose if they are working with
a DMO located in San Luis Obispo County during the contract period.
g. Personnel/Management. Identify those individuals on the agency’s account team who
will manage the contract work by position title. Include a description of the duties for
each position title. Identify specific individuals who will be conducting day-to-day
activities. Include the number of years employed by the agency. Note who will be the
contract manager and primary contact. Please indicate availability and accessibility of
agency resources and staff devoted to this campaign.
h. Subcontractors. Identify all proposed subcontractors. Document which portions of service
they will be perform and address their ability to perform the work. Additionally, Proposer
should submit signed letters of commitment for all proposed subcontractors. The use of
subcontractors is subject to approval by the Tourism & Community Promotions Manager.
In the case subcontractors are approved their costs will be the responsibility of the agency
and should be included in the proposal and Scope of Work (SOW).
i. Statement and explanation of any instances where your agency or subcontractors has
been removed from a project or disqualified from proposing on a project.
Page 32 of 668
-12-
Scope of Work Acknowledgment
For each of the following project areas, the Proposer should prove capability; describing strategies
to be used and quality controls. Sufficient detail must be given and must include examples of past
projects, ability to meet deadlines, and managerial experience. The Proposer should demonstrate
experience of the tourism space, knowledge and understanding of brand in marketplace, and the
shifting dynamics of how consumers receive and use information today.
j. Onboarding. Discuss your approach to onboarding as the AOR for Visit San Luis Obispo.
k. Brand Management: Discuss your approach to serving as the steward for the Visit San
Luis Obispo brand and delivering recommendations for overall brand amplification.
l. Marketing Strategy: Discuss your marketing plan development process. How would you
approach the development and execution of the overarching marketing strategy for Visit
San Luis Obispo?
m. Content Development: How would you use content to help communicate the
experiences and offerings in San Luis Obispo? What role do you see content on owned
channels like the website and email in the marketing program for Visit San Luis Obispo?
n. Creative Services: Discuss your creative process and how that process is scaled for
campaigns of different sizes. How will you utilize creative services for Visit San Luis
Obispo?
o. Paid Media Planning: What is your process in deciding where, when and how to purchase
media. What tools or analytics will you use for Visit San Luis Obispo? What elements
determine your purchasing decisions? What is your optimization strategy? Give us an
overview of your philosophy as it relates to planning and buying media for a budget of
this size and tracking/optimizing to metrics.
p. Organic Search: What role do you see SEO in the marketing mix for VisitSLO.com? How
would you determine success for the website?
q. Website Development: Provide an overview of how your agency will approach ongoing
design and development enhancements, content development, site development, and
maintenance for VisitSLO.com. Discuss your experience inheriting an existing website.
Discuss your familiarity and experience using a WordPress based site.
r. Research & Analytics: Provide an overview of how you determine success. What analytic
tools or services will you use for Visit San Luis Obispo, and what type of information will
you be reporting back to the TBID Board monthly? Please define how your analytics can
be converted into insights, and how the insights will help guide us in making decisions on
how we market in the future. How will you demonstrate meaningful results that resonate
with the Board?
s. Travel and Administration: Discuss your approach to account administration for Visit San
Luis Obispo including travel and meeting attendance.
Page 33 of 668
-13-
Innovation Case Study
The TBID is constantly seeking new opportunities to connect with our target audiences and build
and leverage the power of the Visit San Luis Obispo brand. Provide a case study that demonstrates
how your agency has pushed a client beyond the norm for their industry and achieved success.
The example does not have to be tourism specific.
Work Program
o Work Plan: Submit a preliminary work plan or schedule for the completion of the
following project tasks based on a contract period of July 1, 2024 – June 30, 2026. The
objective of the work plan is to give TBID an opportunity to study how Proposers would
schedule various elements and distribute the workload among staff. Include the
estimated hours for your staff in performing each phase of the work, including
subcontractors, so we can clearly see who will be doing what work, and how much time
it will take. The work plan should include a schedule for completion of the following
project tasks:
▪ Brand evaluation for depth and execution
▪ Strategic Marketing Planning
▪ Advertising Campaign Development
▪ Production/Creative Services/Content Development
▪ Website Enhancements
▪ Media Planning & Buying
▪ Research & Analytics
▪ Reporting
▪ Other
o Describe any optional or additional services being proposed by your agency.
o Provide any other information that would assist us in making this contract award decision.
o Description of assumptions critical to development of the response which may impact
cost or scope.
Budget
Proposer shall provide an overview of how they would allocate the TBID budget using dollar
figures and percentages. These allocations will be used to demonstrate your agency’s philosophy
on resource allocation and compensation. If commissions or other fees are part of the media,
production, or subcontractor inclusion, proposers must list the percentage rates of those
commissions and fees.
Provide your point of view on compensation – commission, retainer, hourly fees or any hybrid
approach.
Please provide a cost proposal/rate sheet for all work elements described in this RFP. Cost
proposal must contain any and all costs that would be invoiced to the City for the performance of
these services.
Page 34 of 668
-14-
Work Elements to be included:
• Brand Strategy & Management
• Account Strategy & Project Management
• Creative Services
• Paid Media and SEO Strategy & Management
• Paid Media Buy
• Website Maintenance & Services
• Content Development
• Reporting
• Other (please specify)
The proposal should contain summary of the following:
• Hourly billing rates
• Projected hours by task
• Any additional costs/charges
• Annual rate increases, if any
• Terms of payment
References
o The names, email addresses and phone numbers of a least three clients we may contact.
Projects done for these clients should be similar in scope and style to the RFP.
o Three examples of quality deliverables produced in the past two years.
Proposal Length
o Proposers will provide a maximum 30-page proposal. This page limit for proposal content
is exclusive of a cover sheet and required City forms and appendices.
2. Proposal Evaluation and Selection. Proposals will be evaluated by the TBID Board using a two-
phase selection process as follows:
Phase 1 – Written Proposal Review/Finalist Candidate Selection. The written proposals will be
evaluated on the following criteria:
o Understanding of the work required by the TBID.
o Quality, clarity and responsiveness of the proposal.
o Professional qualifications necessary for successfully performing the work required by the
TBID.
o Background and experience of the specific individuals managing and assigned to this
project.
o Recent team experience in successfully performing similar services.
o Creativity of the proposed approach in completing the work.
o Demonstrated competence and ability to complete the work.
o Value of services.
o Quality of references.
Phase 2 – Pitch Interview and Consultant Selection. Finalist candidates will make 1-2 oral
Page 35 of 668
-15-
presentations to the TBID Board and staff. The purpose of this second phase is to clarify and resolve
any outstanding questions or issues about the proposal and to evaluate the proposer’s ability to
clearly and concisely present information.
The contract award will not be based solely on price, but on a combination of factors as determined
to be in the best interest of the TBID. After evaluating the proposals and discussing them further
with the finalists or the tentatively selected contractor, the City reserves the right to further
negotiate the proposed work and/or method and amount of compensation.
3. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for
proposal review and contract award:
1. Issue RFP January 24, 2024
2. Pre-Proposal Meeting (optional) February 6, 2024
3. Receive Proposals March 4, 2024
4. Complete Proposal Evaluations March 26, 2024
5. In-Person Pitch Interview April 16, 2024
6. Conduct Finalist Interviews May 1, 2024
7. Finalize TBID Recommendation May 8, 2024
8. Execute Contract June 1, 2024
9. Start Work July 1, 2024
4. Pre-Proposal Meeting. An optional pre-proposal meeting will be held at the following location,
date, and time to answer any questions that prospective bidders may have regarding this RFP:
Pre-proposal Meeting Information
February 6, 2024 at 10:30 a.m. PST
REGISTER HERE
5. Ownership of Materials. All original drawings, plan documents and other materials prepared by
or in possession of the Contractor as part of the work or services under these specifications shall
become the permanent property of the City and shall be delivered to the City upon demand.
6. Release of Reports and Information. Any reports, information, data, or other material given to,
prepared by or assembled by the Contractor as part of the work or services under these
specifications shall be the property of the City and shall not be made available to any individual
or organization by the Contractor without the prior written approval of the City.
7. Copies of Reports and Information. If the City requests additional copies of reports, drawings,
specifications, or any other material in addition to what the Contractor is required to furnish in
limited quantities as part of the work or services under these specifications, the Contractor shall
provide such additional copies as are requested, and City shall compensate the Contractor for the
costs of duplicating of such copies at the Contractor's direct expense.
8. Required Deliverable Products. The Contractor will be required to provide:
a. One electronic submission - digital-ready original .pdf of all final documents. If you wish
to file a paper copy, please submit in sealed envelope to the address provided in the RFP.
Page 36 of 668
-16-
b. Corresponding computer files compatible with the following programs whenever possible
unless otherwise directed by the project manager:
Word Processing: MS Word
Spreadsheets: MS Excel
Desktop Publishing: InDesign
Virtual Models: Sketch Up
Digital Maps: Geodatabase shape files in
State Plan Coordinate System as
specified by City GIS staff
c. City staff will review any documents or materials provided by the Contractor and, where
necessary, the Contractor will be required to respond to staff comments and make such
changes as deemed appropriate.
ALTERNATIVE PROPOSALS
9. Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it
believes will also meet the City's project objectives but in a different way. In this case, the
proposer must provide an analysis of the advantages and disadvantages of each of the alternative
and discuss under what circumstances the City would prefer one alternative to the other(s).
10. Attendance at Meetings and Hearings. As part of the work scope and included in the contract
price is attendance by the Contractor at up to 24 public meetings annually to present and discuss
its findings and recommendations. Contractor shall attend as many "working" meetings with staff
as necessary in performing work-scope tasks.
11. Accuracy of Specifications. The specifications for this project are believed by the City to be
accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are
cautioned to undertake an independent analysis of any test results in the specifications, as City
does not guaranty the accuracy of its interpretation of test results contained in the specifications
package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall
bear sole responsibility for proposal preparation errors resulting from any misstatements or
omissions in the plans and specifications that could easily have been ascertained by examining
either the project site or accurate test data in the City's possession. Although the ef fect of
ambiguities or defects in the plans and specifications will be as determined by law, any patent
ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure
to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An
ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming
reasonable skill, ability and diligence on its part, knew or should have known of the existence of
the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in
writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any
right to assert said defects or ambiguities subsequent to submittal of the proposal.
To the extent that these specifications constitute performance specifications, the City shall not be
liable for costs incurred by the successful bidder to achieve the project’s objective or standard
beyond the amounts provided there for in the proposal.
Page 37 of 668
-17-
In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged
ambiguity or defect in the plans and/or specifications, or any other matter whatsoever,
Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors
shall continue to perform, irrespective of whether or not the ambiguity or defect is major,
material, minor or trivial, and irrespective of whether or not a change order, time extension, or
additional compensation has been granted by City. Failure to provide the hereinbefore described
written notice within one (1) working day of contractor's becoming aware of the facts giving rise
to the dispute shall constitute a waiver of the right to assert the causative role of the de fect or
ambiguity in the plans or specifications concerning the dispute.
SECTION H: INSURANCE REQUIREMENTS
Insurance Requirements – Standard Professional Services
The Contractor shall procure and maintain for the duration of the contract insurance against claims
for injuries to persons or damages to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, its agents, representatives, employees or
subcontractors.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code
1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's
Liability Insurance.
Minimum Limits of Insurance. Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property
damage. If Commercial General Liability or other form with a general aggregate limit is used,
either the general aggregate limit shall apply separately to this project/location or the general
aggregate limit shall be twice the required occurrence limit of $2,000,000.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared
to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects the City, its officers, officials, employees and
volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be
endorsed to contain, the following provisions:
Page 38 of 668
-18-
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds
as respects: liability arising out of activities performed by or on behalf of the Contractor;
products and completed operations of the Contractor; premises owned, occupied or used by
the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The
coverage shall contain no special limitations on the scope of protection afforded to the City,
its officers, official, employees, agents or volunteers.
2. For any claims related to this project, the Contractor's insurance coverage shall be primary
insurance as respects the City, its officers, officials, employees, agents and volunteers. Any
insurance or self-insurance maintained by the City, its officers, officials, employees, agents
or volunteers shall be excess of the Contractor's insurance and shall not contribute with it.
3. The Contractor's insurance shall apply separately to each insured against whom claim is
made or suit is brought, except with respect to the limits of the insurer's liability.
4. Each insurance policy required by this clause shall be endorsed to state that coverage shall
not be suspended, voided, canceled by either party, reduced in coverage or in limits except
after thirty (30) days' prior written notice by certified mail, return receipt requested, has
been given to the City.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating
of no less than A:VII.
Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing
maintenance of the required insurance coverage. Original endorsements effecting general liability
and automobile liability coverage required by this clause must also be provided. The endorsements are
to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements
are to be received and approved by the City before work commences.
Page 39 of 668
-19-
SECTION I: PROPOSAL SUBMITTAL FORM
The undersigned declares that she or he has carefully examined [__________], which is hereby made a
part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing
firm; and agrees to perform the specified work for the following cost quoted in full:
Work Plan Budget 2024-25 2025-26
Service $ Amount % of Budget $ Amount % of Budget
Brand Strategy & Management
Account Strategy & Project
Management
Creative Services
Paid Media and SEO Strategy &
Management
Paid Media Buy
Website Maintenance &
Services
Content Development
Reporting
Other
Total
Certificate of insurance attached; insurance company’s A.M. Best rating: __________________.
Firm Name and Address
Contact Phone
Signature of Authorized Representative
Date
Page 40 of 668
-20-
REFERENCES
Number of years engaged in providing the services included within the scope of the specifications under
the present business name: .
Describe fully the last three contracts performed by your firm that demonstrate your ability to provide
the services included with the scope of the specifications. Attach additional pages if required. The City
reserves the right to contact each of the references listed for additional information regarding your firm's
qualifications.
Reference No. 1:
Agency Name
Contact Name
Telephone & Email
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Reference No. 2:
Agency Name
Contact Name
Telephone & Email
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Page 41 of 668
-21-
Reference No. 3
Agency Name
Contact Name
Telephone & Email
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Page 42 of 668
-22-
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The proposer shall state whether it or any of its officers or employees who have a proprietary interest in
it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,
state, or local government project because of the violation of law, a safety regulation, or for any other
reason, including but not limited to financial difficulties, project delays, or disputes regarding work or
product quality, and if so to explain the circumstances.
◼ Do you have any disqualification as described in the above paragraph to declare?
Yes No
◼ If yes, explain the circumstances.
Executed on at _______________________________________ under penalty of
perjury of the laws of the State of California, that the foregoing is true and correct.
______________________________________
Signature of Authorized Proposer Representative
Page 43 of 668
-23-
EXHIBIT A : FORM OF AGREEMENT
MASTER SERVICE AGREEMENT
THIS MASTER SERVICE AGREEMENT (hereinafter referred to as “Agreement”) is made and entered into
in the City of San Luis Obispo on [date], by and between the CITY OF SAN LUIS OBISPO, a municipal corporation
(hereinafter referred to as the “City”), and AGENCY (hereinafter referred to as “Contractor”). At times throughout
this Agreement, Client and Contractor will be individually referred to as “Party” or collectively referred to as “Parties.”
W I T N E S S E T H:
WHEREAS, the City wishes to market San Luis Obispo as a travel destination resulting in overnight stays in
the City of San Luis Obispo lodging businesses; and
WHEREAS, on January 24, 2024, the City requested proposals for marketing services for the City of San
Luis Obispo lodging industry, specifically the Tourism Business Improvement District (hereinafter referred to as the
“TBID”); and
WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so
which has been accepted by the City.
NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter
contained, the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written
above until June 30, 2026, or upon completion and acceptance of said services. By mutual agreement of both Parties,
the term of this Agreement may be extended once for an additional two-year period.
2. INCORPORATION BY REFERENCE. The City’s Request for Proposals (RFP) is hereby incorporated in and
made a part of this Agreement and attached as Exhibit A. The Contractor's proposals dated (DATE) (hereinafter
collectively referred to as the “Proposal”) are hereby incorporated in and made a part of this Agreement and attached
as Exhibit B. The City’s General Terms and Conditions are hereby incorporated in and made a part of this Agreement
and attached as Exhibit C. The Contractor’s Scope of Work (SOW) which may be amended from time to time is
attached as Exhibit D. To the extent that there are any conflicts between the Contractor’s fees and scope of work and
the City’s General Terms and Conditions, the City’s General Terms and Conditions shall prevail, unless specifically
agreed otherwise in writing signed by both Parties.
Page 44 of 668
-24-
3. ASSIGNMENT. Except as may be necessary in the rendition of the services and obligations as provided herein,
neither Contractor nor the City may assign, in whole or in part, this Agreement, or subcontract, transfer, or delegate
any of their respective rights or obligations under this Agreement, without the other party’s prior written consent. Any
attempt to assign, subcontract, transfer, or delegate the obligations provided herein in violation of this paragraph is
void in each instance.
4. Representation of Parties.
4.1 City. The City delegates to the TBID the responsibilities of the City in the administration of this
agreement. The City shall designate a single project manager to have overall responsibility for the progress and
execution of the City’s obligations under this Agreement at the commencement of the term of this Agreement
(hereinafter referred to as the “City Project Manager”).
4.2 Contractor. Contractor shall assign a single project manager to have overall responsibility for the
progress and execution of this Agreement for the Contractor at the commencement of the term of this Agreement
(hereinafter referred to as the “Contractor Project Manager”). Should circumstances or conditions subsequent to the
execution of this Agreement require a substitute Contractor Project Manager for any reason, the designation of a new
Contract Project Manager shall be subject to the written approval by the City Project Manager within seven (7) days
of such designation. If the City Project Manager declines to approve the new Contract Project Manager designation,
the Parties shall identify a mutually agreeable Contract Project Manager within seven (7) days of the City Project
Manager’s decision.
4.3 Subcontractors. City acknowledges that Contractor may, for the progress and execution of this
Agreement, engage third party suppliers and other vendors and subcontractors (hereinafter collectively referred to as
“Subcontractor” or “Subcontractors”) from time to time to provide certain services in furtherance of Contractor’s
obligations under this Agreement. Contractor is responsible for adhering to specified procedure for hiring
Subcontractors as set forth in Exhibit A, attached hereto and incorporated by reference to this Agreement, including,
but not limited to, the requirement that Contractor identify proposed Subcontractors to the City, document services
Subcontractors will perform in furtherance of this Agreement, and address the Subcontractors’ ability to perform the
work to the City Project Manager. Contractor’s use of Subcontractors is subject to written approval by the City Project
Manager. Should the City Project Manager approve Contractor’s proposed Subcontractors, costs of Subcontractors’
service(s) will be the sole responsibility of Contractor unless otherwise agreed upon in writing by the City. Contractor
shall supervise Subcontractors’ provision of services in furtherance of this Agreement and endeavor to guard against
any loss to City as the result of Subcontractors’ failure to properly execute such services. If City enters into
arrangements with third-party vendors, subcontractors, or suppliers for the provision of materials or services in
furtherance of this Agreement (hereinafter referred to as “Preferred Suppliers”), Contractor agrees to utilize such
Preferred Suppliers in the discharge of Contractor’s obligations hereunder. City shall be solely responsible for
Preferred Suppliers’ costs and provision of services in furtherance of this Agreement.
Page 45 of 668
-25-
5. CITY'S OBLIGATIONS. For providing services as specified in this Agreement and upon approval of the monthly
report and receipt of detailed monthly invoice, City will pay, and Contractor shall receive, compensation in a total
sum for all services rendered inclusive of retainer, service fees, incidental and contract expense reimbursement, and
advertising commitments, not to exceed $AMOUNT for fiscal year 2024-25 and $AMOUNT for fiscal year 2025-26.
Compensation for all services rendered under this Agreement shall be paid according to the payment schedule set
forth in the applicable SOW.
6. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements herein before
mentioned to be made and performed by City, Contractor agrees with City to provide services as set forth in the Cit’s
RFP, attached hereto and incorporated by reference into this Agreement as Exhibit A.
6.1 Scope of Work. For and in consideration of City’s promises and payment obligations, Contractor shall
provide services as described in Exhibit A. Contractor will also perform services as defined and set forth in any
subsequent Scope of Work, Retainer, Work Order, or any other document setting forth work to be performed
(hereinafter collectively referred to as “SOW”) that has been agreed upon by the Parties and acknowledged and
accepted by the City Project Manager in writing. Any such SOW and any subsequent SOW that has been agreed upon
by the Parties and acknowledged and accepted by the City Project Manager in writing, shall be fully incorporated into
this Agreement as an exhibit.
6.3 Coordination of Efforts with other Contractors. In performing its services under this Agreement,
Contractor agrees to make every reasonable effort to coordinate activities with the City’s Preferred Suppliers as
referenced in Paragraph 4.3 and to avoid duplication of costs or services associated with services provided by Preferred
Suppliers.
6.4 City Approval of Materials. Contractor shall submit to the City for its approval all elements of any
materials to be produced or placed hereunder, including, but not limited to, all copy, layouts, slogans, websites
artworks, graphic materials, and photography (hereinafter collectively referred to as “Materials”). Submission for
prior approval of Materials will not be required to the extent that they are preliminary only.
6.5 Release of Reports and Information. Any reports, information, data, or other material given to,
prepared by or assembled by Contractor as part of the work or services under this Agreement shall be the property of
the City, and shall not be made available to any individual or organization by Contractor without the prior written
approval of the City Project Manager.
6.6 Copies of Reports and Information. If the City requests additional copies of reports, drawings,
specifications, or any other material in addition to what Contractor is required to furnish in limited quantities as part
of the work or services under this Agreement, Contractor shall provide such additional copies as are requested, and
the City shall compensate Contractor for the costs of duplicating of such copies at the Contractor's direct expense.
6.7 Attendance at Meetings and Hearings. As part of the Agreement and included in the Agreement price
is in-person attendance by the Contractor at up to (NUMBER) public meetings to present and discuss findings and
recommendations. Contractor shall attend as many working meetings as necessary in performing SOW tasks.
6.8 Agency Travel & Administration. Contractor shall be responsible for all agency travel requirements
related to the execution of the services detailed in Exhibit A. Compensation for all services rendered under this
Page 46 of 668
-26-
Agreement, including the expenses related to Contractor’s travel, shall be paid by the City according to the payment
schedule set forth in the applicable SOW.
6.9 Incidental Expenses. City acknowledges and understands that Contractor may have to pay third-party
expenses for certain services or goods that (1) Contractor cannot provide directly, (2) are necessary in Contractor’s
judgment for completion of the SOW, and (3) were not included in any third-party expenses identified in the SOW
that are paid directly by City. Incidental expenses include all expenses incurred for the City’s account in furtherance
of the Contractor’s obligations under this Agreement, including, but not limited to, the cost of packaging material for
shipment, postage, messenger, shipping charges, copyright or trademark charges, website hosting, and any
advertisement buys media and online sources. Compensation for all services rendered under this Agreement shall be
paid according to the payment schedule set forth in the appliable SOW. Prior to incurring any such expense on behalf
of the City, Contractor shall provide the City Project Manager with written notice of the anticipated expense to be
reimbursed by the City and seek the City’s approval of such expense. Contractor will not incur the expense in the
absence of the City’s approval. If the City does not approve the expense within three (3) business days, City
acknowledges that SOW timelines may be extended pending receipt of approval. City shall reimburse Contractor for
any approved expense within thirty (30) days of receipt of Contractor’s monthly invoice and record of payment of the
expense. Contractors’ requests for reimbursement from the City are subject to the expense limitations set forth in
Paragraph 4 of this Agreement.
7. Ownership of Materials. All original documents and other materials prepared by or in possession of Contractor
as part of the work or services under this Agreement shall become the permanent property of the City and shall be
delivered to the City upon demand. Any and all patents, copyrights, trade secrets, trademarks and any other intellectual
property rights associated with work developed or created by Contractor pursuant to any SOW (any such work is
referred to as “Work Product”) shall belong exclusively to City and City is the sole, exclusive, worldwide, perpetual
owner of all right, title, and interest thereto. City and Contractor specifically agree that the Work Product is “Work
Made For Hire” as defined in the United States Copyright Act of 1976 (17 U.S.C. § 101 et seq.) and any applicable
state law. If for any reason, any of the Work Product would not be considered to be “Work Made for Hire” under
applicable law, Contractor does hereby sell, assign, and transfer to City the entire right, title and interest in and to the
property rights in the Work Product subject to the provisions of this Section. Upon request by City, Contractor shall
provide City with any additional information and documentation that is necessary for registration or transfer of any
intellectual property right in and to the Work Product at an additional cost to the City.
8. INSURANCE. The Contractor shall procure and maintain for the duration of the contract insurance which meets
the requirements of Exhibit C, attached and incorporated herein by reference. As evidence of this insurance, the
Page 47 of 668
-27-
Contractor shall provide the City with both, a Certificate of Insurance and an Endorsement naming the City as an
“Additional Insured”.
9. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing
and shall be effective only upon approval by the City Manager of the City.
10. TERMINATION. Contractor agrees to the terms set forth in the City’s General Terms and Conditions, including,
but not limited to, the terms set forth in paragraph 20, attached hereto and incorporated by reference as Exhibit B. If, at
any time during the term of this Agreement, the City determines that the execution of the terms and obligations set forth
are not feasible due to funding shortages to the TBID or other unforeseen circumstances, including, but not limited to,
the discontinuation of the TBID, the City reserves the right to terminate this Agreement. Contractor will be paid
compensation due and payable to the date of termination. Contractor further acknowledges that the City reserves to
terminate this Agreement if Contractor is acquired by any other agency or company during the term of this Agreement.
10.1 Contractor Obligation Upon Termination. Upon termination or expiration of this Agreement,
Contractor shall return and remit to the City, at Contractor’s expense, all work files related to this Agreement within ten
(10) business days.
11. INDEPENDENT CONTRACTOR. Notwithstanding any representations, oral or written, between the parties,
including any and all agents or representatives thereof, Contractor at all times covered by the terms of this Agreement is
acting as a free and independent contractor, not as an agent of the City. Any and all supervision and direction by any
City official, department or body shall be only that necessary to provide broad general outlines, and Contractor will use
its own initiative and discretion in performing the details of work herein. City shall not deduct withholding taxes, social
security taxes, or any other taxes required to be deducted by an employer. Further, Contractor shall not be entitled to any
benefits accruing to City’s employees other than those stated in this agreement. Contractor does not have, nor shall it
hold itself out as having any right, power or authority to create any contractual obligation, either express or implied, on
behalf of, in the name of, or binding upon, City, or to pledge credit, or to extend credit in City’s name unless City provides
prior written consent thereto.
12. SEVERABILITY. If any term, provision, covenant or condition of this Agreement is held by an arbitrator or court
of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions will remain in full force
and effect and will in no way be affected, impaired, or invalidated.
13. UNFAIR COMPETITION. Contractor acknowledges and agrees that the sale, unauthorized use, or disclosure
of any non-public information learned about the City during the term of this Agreement in a manner that conflicts
with the SOW(s) or competes with the purpose of this Agreement constitutes unfair competition. Contractor promises
and agrees not to engage in any unfair competition with the City, either during the term of this Agreement or at any
other time thereafter. Contractor further agrees that it will disclose any other destination marketing services, whether
or not for compensation, to any other entities promoting destinations within San Luis Obispo County during the term
of this Agreement.
Page 48 of 668
-28-
14. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein
by reference, shall constitute the complete agreement between the Parties hereto. No oral agreement, understanding,
or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall
any such oral agreement, understanding, or representation be binding upon the Parties hereto. This Agreement may
only be altered, modified, amended, or changed in whole or in part, in writing executed by both Parties.
15. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by
registered or certified mail addressed as follows:
City Administration Department
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401
Contractor AGENCYAGENCY
ADDRESS
ADDRESS
16. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual
executing this agreement on behalf of each Party is a person duly authorized and empowered to execute Agreements
for such Party.
Page 49 of 668
-29-
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
first above written.
CITY OF SAN LUIS OBISPO, A Municipal Corporation
By: _____________________________________
Derek Johnson, City Manager
APPROVED AS TO FORM: CONTRACTOR
________________________________ By: _____________________________________
Christine Dietrick, City Attorney AGENCY
Page 50 of 668
-30-
EXHIBIT A
[Placeholder for RFP and Contractor’s Proposal]
Page 51 of 668
-31-
EXHIBIT B
INSURANCE REQUIREMENTS
INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES
Without limiting CONSULTANT’s indemnification of CITY, and prior to commencement of Work,
CONSULTANT shall obtain, provide and maintain at its own expense during the term of this
AGREEMENT, policies of insurance of the type and amounts described below, and in a form satisfactory
to CITY.
General liability insurance. CONSULTANT shall maintain commercial general liability insurance with
coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than
$1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and
property damage. The policy must include contractual liability that has not been amended. Any
endorsement restricting standard ISO “insured contract” language will not be accepted.
Automobile liability insurance. CONSULTANT shall maintain automobile insurance at least as broad as
Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of
the Consultant arising out of or in connection with Work to be performed under this AGREEMENT,
including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than
$1,000,000 combined single limit for each accident.
Professional liability (errors & omissions) insurance. CONSULTANT shall maintain professional liability
insurance that covers the Services to be performed in connection with this AGREEMENT, in the
minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity
date, or retroactive date must be before the effective date of this AGREEMENT and CONSULTANT agrees
to maintain continuous coverage through a period no less than three (3) years after completion of the
services required by this AGREEMENT.
Workers’ compensation insurance. CONSULTANT shall maintain Workers’ Compensation Insurance
(Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). CONSULTANT
shall submit to CITY, along with the certificate of insurance, a Waiver of Subrogation endorsement in
favor of CITY, its officers, agents, employees, and volunteers.
Umbrella or excess liability insurance. CONSULTANT shall obtain and maintain an umbrella or excess
liability insurance policy with limits that will provide bodily injury, personal injury and property damage
liability coverage at least as broad as the primary coverages set forth above, including commercial
general liability, automobile liability, and employer’s liability. Such policy or policies shall include the
following terms and conditions:
• A drop-down feature requiring the policy to respond if any primary insurance that would
otherwise have applied proves to be uncollectible in whole or in part for any reason;
• Pay on behalf of wording as opposed to reimbursement;
• Concurrency of effective dates with primary policies;
• Policies shall “follow form” to the underlying primary policies; and
• Insureds under primary policies shall also be insureds under the umbrella or excess policies.
Page 52 of 668
-32-
Proof of insurance. CONSULTANT shall provide certificates of insurance to CITY as evidence of the
insurance coverage required herein, along with a waiver of subrogation endorsement for workers’
compensation. Insurance certificates and endorsements must be approved by CITY’s Risk Manager prior
to commencement of performance. Current certification of insurance shall be kept on file with CITY at
all times during the term of this contract. CITY reserves the right to require complete, certified copies of
all required insurance policies, at any time.
Duration of coverage. CONSULTANT shall procure and maintain for the duration of the contract
insurance against claims for injuries to persons or damages to property, which may arise from or in
connection with the performance of the Work hereunder by CONSULTANT, his agents, representatives,
employees or subconsultants.
Primary/noncontributing. Coverage provided by CONSULTANT shall be primary and any insurance or
self-insurance procured or maintained by CITY shall not be required to contribute with it. The limits of
insurance required herein may be satisfied by a combination of primary and umbrella or excess
insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that
such coverage shall also apply on a primary and non-contributory basis for the benefit of CITY before the
CITY’s own insurance or self-insurance shall be called upon to protect it as a named insured.
CITY’s rights of enforcement. In the event any policy of insurance required under this AGREEMENT does
not comply with these specifications or is canceled and not replaced, CITY has the right but not the duty
to obtain the insurance it deems necessary, and any premium paid by CITY will be promptly reimbursed
by CONSULTANT or CITY will withhold amounts sufficient to pay premium from CONSULTANT payments.
In the alternative, CITY may cancel this AGREEMENT.
Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized
by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus
Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and
Financial Size Category Class VII (or larger) in accordance with the latest edition of Best’s Key Rating
Guide, unless otherwise approved by the CITY’s Risk Manager.
Waiver of subrogation. All insurance coverage maintained or procured pursuant to this AGREEMENT
shall be endorsed to waive subrogation against CITY, its elected or appointed officers, agents, officials,
employees and volunteers or shall specifically allow CONSULTANT or others providing insurance
evidence in compliance with these specifications to waive their right of recovery prior to a loss.
CONSULTANT hereby waives its own right of recovery against CITY and shall require similar written
express waivers and insurance clauses from each of its subconsultants.
Enforcement of contract provisions (non estoppel). CONSULTANT acknowledges and agrees that any
actual or alleged failure on the part of the CITY to inform CONSULTANT of non-compliance with any
requirement imposes no additional obligations on the CITY nor does it waive any rights hereunder.
Requirements not limiting. Requirements of specific coverage features or limits contained in this
Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any
coverage normally provided by any insurance. Specific reference to a given coverage feature is for
purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to
be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONSULTANT
maintains higher limits than the minimums shown above, the CITY requires and shall be entitled to
Page 53 of 668
-33-
coverage for the higher limits maintained by the CONSULTANT. Any available insurance proceeds in
excess of the specified minimum limits of insurance and coverage shall be available to the CITY.
Notice of cancellation. CONSULTANT agrees to oblige its insurance agent or broker and insurers to
provide to CITY with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10)
day notice is required) or nonrenewal of coverage for each required coverage.
Additional insured status. General liability policies shall provide or be endorsed to provide that CITY and
its officers, officials, employees, and agents, and volunteers shall be additional insureds under such
policies. This provision shall also apply to any excess/umbrella liability policies.
Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in
compliance with these requirements if they include any limiting endorsement of any kind that has not
been first submitted to CITY and approved of in writing.
Separation of insureds. A severability of interests provision must apply for all additional insureds
ensuring that CONSULTANT’s insurance shall apply separately to each insured against whom claim is
made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not
contain any cross-liability exclusions.
Pass through clause. CONSULTANT agrees to ensure that its subconsultants, subcontractors, and any
other party involved with the project who is brought onto or involved in the project by CONSULTANT,
provide the same minimum insurance coverage and endorsements required of CONSULTANT.
CONSULTANT agrees to monitor and review all such coverage and assumes all responsibility for ensuring
that such coverage is provided in conformity with the requirements of this section. CONSULTANT agrees
that upon request, all agreements with consultants, subcontractors, and others engaged in the project
will be submitted to CITY for review.
CITY’s right to revise specifications. The CITY reserves the right at any time during the term of the
contract to change the amounts and types of insurance required by giving the CONSULTANT ninety (90)
days advance written notice of such change. If such change results in substantial additional cost to the
CONSULTANT, the CITY and CONSULTANT may renegotiate CONSULTANT’s compensation.
Self-insured retentions. Any self-insured retentions must be declared to and approved by CITY. CITY
reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a
deductible. Self-insurance will not be considered to comply with these specifications unless approved by
CITY.
Timely notice of claims. CONSULTANT shall give CITY prompt and timely notice of claims made or suits
instituted that arise out of or result from CONSULTANT’s performance under this AGREEMENT, and that
involve or may involve coverage under any of the required liability policies.
Additional insurance. CONSULTANT shall also procure and maintain, at its own cost and expense, any
additional kinds of insurance, which in its own judgment may be necessary for its proper protection and
prosecution of the work.
Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing
maintenance of the required insurance coverage, as well as endorsements effecting general liability
coverage. All endorsements are to be received and approved by the City before work commences.
Page 54 of 668
1
Tourism Business Improvement District Board Minutes
December 18, 2023, 10:00 a.m.
City Hall, 990 Palm Street, San Luis Obispo
TBID Board Present: Member Lori Keller, Member Winston Newland, Member Nipool
Patel, Member Prashant Patel, Vice Chair Lydia Bates, Chair
Clint Pearce
TBID Board Absent: Member Sandy Sandoval
City Staff Present: Economic Development & Tourism Manager Molly Cano,
Tourism & Community Promotions Manager Jacqui Clark-
Charlesworth
_____________________________________________________________________
1. CALL TO ORDER
A Special Meeting of the San Luis Obispo Tourism Business Improvement District
Board was called to order on December 18, 2023 at 10:00 a.m. in the Council
Hearing Room at City Hall, 990 Palm Street, San Luis Obispo, by Chair Pearce.
2. PUBLIC COMMENT FOR ITEMS NOT ON THE AGENDA
Public Comment:
None
--End of Public Comment--
3. CONSENT
Motion By Member Patel
Second By Member Keller
To approve Consent Items 3a to 3g.
Ayes (6): Member Keller, Member Newland, Member Nipool Patel, Member
Patel, Vice Chair Bates, and Chair Pearce
CARRIED (6 to 0)
Page 55 of 668
2
3.a MINUTES OF TBID REGULAR MEETING ON NOVEMBER 8, 2023
3.b SMITH TRAVEL REPORT (STR)
3.c TRANSIENT OCCUPANCY TAX (TOT) REPORT
3.d SLO CHAMBER PUBLIC RELATIONS MONTHLY REPORT
3.e SLO CHAMBER GUEST SERVICES MONTHLY REPORT
3.f NOBLE STUDIOS & DCI MARKETING MONTHLY REPORT
3.g BADGER BRANDING ORGANIC SOCIAL REPORT
4. BUSINESS ITEMS
4.a MARKETING SERVICES RFP APPROVAL
Economic Development & Tourism Manager Molly Cano presented the
staff report and responded to inquiries.
Public Comment:
Kristen Carlson, Visit SLOCAL
--End of Public Comment--
Motion By Member Keller
Second By Vice Chair Bates
To approve the draft RFP as discussed and changed, with content
marketing services removed and proactive public relation to additional
service.
Ayes (6): Member Keller, Member Newland, Member Nipool Patel,
Member Patel, Vice Chair Bates, and Chair Pearce
Absent (1): Member Sandoval
CARRIED (6 to 0)
4.b MIDWEEKEND PROMOTION
Hayley Corbett, and Dani Winter, Noble Studios presented the report and
responded to inquiries.
Public Comment:
None
--End of Public Comment--
Page 56 of 668
3
Motion By Vice Chair Bates
Second By Member Nipool Patel
To approve the Midweekend Promotion campaign with the inclusion of
$11,500 for paid media with Travelzoo.
Ayes (6): Member Keller, Member Newland, Member Nipool Patel,
Member Patel, Vice Chair Bates, and Chair Pearce
Absent (1): Member Sandoval
CARRIED (6 to 0)
4.c PHOTOGRAPHY PROJECT
Tourism & Community Promotions Manager Jacqui Clark-Charlesworth
presented the staff report and responded to inquiries.
Public Comment:
None
--End of Public Comment--
Motion By Member Keller
Second By Vice Chair Bates
To approve funding additional work with Brittany App in an amount not to
exceed $20,000.
Ayes (6): Member Keller, Member Newland, Member Nipool Patel,
Member Patel, Vice Chair Bates, and Chair Pearce
Absent (1): Member Sandoval
CARRIED (6 to 0)
4.d VISIT SLO CAL IPW CO-OP
Economic Development & Tourism Manager Molly Cano presented the
staff report and responded to inquiries.
Public Comment:
None
--End of Public Comment--
Page 57 of 668
4
Motion By Member Newland
Second By Member Nipool Patel
To approve the budget for the Visit SLO CAL IPW Co-op.
Ayes (6): Member Keller, Member Newland, Member Nipool Patel,
Member Patel, Vice Chair Bates, and Chair Pearce
Absent (1): Member Sandoval
CARRIED (6 to 0)
5. TBID LIAISON REPORTS AND COMMUNICATION
5.a HOTELIER UPDATE – LIAISON REPORTS
5.b PCC UPDATE – LIAISON REPORT
Economic Development & Tourism Manager Molly Cano provided a brief
update on PCC activities.
5.c VISIT SLO CAL UPDATE – LIAISON REPORT
Chair Pearce provided a brief update on Visit SLO CAL activities.
5.d TOURISM PROGRAM UPDATE – STAFF REPORT
Economic Development & Tourism Manager Molly Cano provided a brief
update on the tourism programs.
6. ADJOURNMENT
The meeting was adjourned at 11:33 a.m. The next Regular Meeting of the
Tourism Business Improvement District Board is scheduled for January 10, 2024
at 10:00 a.m. in the Council Hearing Room at City Hall, 990 Palm Street, San
Luis Obispo.
_________________________
APPROVED BY TOURISM BUSINESS IMPROVEMENT DISTRICT BOARD:
01/10/2024
Page 58 of 668