HomeMy WebLinkAbout03-20-2018 Item 09 Authorize RFP for Cannabis Business Entity Certification Services
Meeting Date: 3/20/2018
FROM: Derek Johnson, City Manager
Prepared By: Michael Codron, Community Development Director
SUBJECT: REQUEST FOR PROPOSALS (RFP) FOR CANNABIS BUSINESS
REGULATION SUPPORT SERVICES (SPECIFICATION NO. 91660)
RECOMMENDATION
Authorize the City Manager to issue a Request for Proposals for Cannabis Business Regulation
and Education Support Services and award a contract to the consultant with the top proposal,
provided the contract amount does not exceed $35,000. Costs shall be recovered through
cannabis business operator application fees.
DISCUSSION
On February 20, 2018, the City Council authorized staff to move forward with cannabis
regulations, including a process to qualify and rank potential cannabis business operators. Staff is
proposing to use a consultant to assist with the process of developing the guidelines for
qualification, the ranking criteria, and the vetting of applications received. In addition, the City
Council asked staff to develop an outreach and education program as part of its implementation
of cannabis regulations. The chosen consultant will also advise the City regarding best practices
for this effort. The consultant contract would include advisory services with respect to
implementation of regulations, which will help to ensure that the City is ready to regulate and
educate, if and when cannabis business activity commences.
Background
The proposed consultant services include third-party review and ranking of applications for
qualification of eligible cannabis business operators. Once an applicant is qualified and ranked, it
would then be eligible to apply for a city commercial cannabis activity permit as authorized by
the qualification.
Packet Page 115
9
Council Review of Criteria
The City Council will be asked to review and approve by resolution the ranking criteria to be
used by the consultant in the future. As discussed during the study session on February 20, 2018,
the criteria may be used to create an incentive and encourage certain cannabis business activities
that the City Council would like to promote. These may include organic cultivation practices,
energy or water efficiency of the business, and/or focus on compassionate use/medicinal
customers. It will also be the role of the consultant to advise on all aspects of the qualification
and ranking criteria, as well as the enforceability of the regulations as a whole.
Consultant Selection Criteria
The following is the criteria that will be used to select the consultant to provide cannabis
business regulation and education support services.
1. Completeness of the proposal
2. Experience and qualifications of the project team
3. Experience working in jurisdictions with the development and implementation of
cannabis regulations
4. Understanding of the local community, public safety concerns and best practices, and
code enforcement best practices in the area of cannabis regulations.
5. Knowledge of California’s cannabis statutes and regulations
6. No financial interest in any commercial cannabis activity
7. Experience and/or demonstrated ability with respect to educational and outreach support
services
8. Responsiveness and evaluation of references
9. Results of face to face interview process (ranking by panel)
10. Cost of services
Activities to be Performed Under the Contract
The following activities will be covered under the contract that is ultimately agreed upon by the
City and the successful consultant in response to the RFP.
Packet Page 116
9
1. Evaluation and Qualification of Cannabis Business Operators
a. Engage with public safety officials and other key staff in the development of the
criteria by which applicants will be evaluated.
b. Develop the eligibility criteria
c. Present recommendations to the City Council for adoption of the criteria by
resolution.
2. Rank Eligible Cannabis Business Operators
a. Develop ranking criteria by which applicants will be evaluated.
b. Develop and propose point system that will benefit and encourage local business
operators, organic cultivation practices, energy and water efficient operations, and
other desirable business characteristics.
c. Present recommendations to the City Council for adoption of ranking criteria by
resolution.
3. Support for Cannabis Business Regulation Activities
a. Work with the Community Development Department regarding code enforcement
best practices and advise on systems and structures to implement a complete
regulatory system, including advising on a cost recovery structure to fully recover
costs of permitting and enforcement.
b. Work with the Police and Fire Department staff on best practices to address
public safety concerns and for engagement with cannabis business operators
c. Assist the City Attorney’s Office with recommendations regarding overall city
oversight and regulation of cannabis business activities from the perspective of
practicality and enforceability.
4. Development of Educational Materials and Communications
a. Work with City staff on the development of educational materials including an
overview of the City’s regulations, what to expect during the compliance
inspection process, how to successfully apply to become cannabis business
operator in the City of San Luis Obispo, and how to successfully obtain and
maintain a commercial cannabis operator permit as well as a conditional use
permit for commercial cannabis activity in the City.
b. Communicate with cannabis business operators, stakeholders, and members of the
public regarding the City’s regulations and oversight/enforcement practices.
c. Advise City staff regarding education and outreach materials on the topic of safe
and responsible adult use of cannabis.
5. Additional Regulation and Educational Support Services
a. The City of San Luis Obispo has never managed a commercial cannabis
regulatory program and may be in need of additional support services not
explicitly identified in this RFP. Consultants are encouraged to evaluate this RFP
and suggest additional regulatory and educational/outreach services for
consideration that the City may not have identified.
Packet Page 117
9
CONCURRENCES
A steering committee of City staff members including the Community Development Director,
City Attorney, Police Chief, Fire Chief, and Finance Director was convened to guide the process
of developing regulations for consideration by the City Council and concurs with the
recommendations in this report.
ENVIRONMENTAL REVIEW
The issuance of an RFP for consultant services is not a project under CEQA, and therefore, no
environmental review is required.
FISCAL IMPACT
Ultimately, if the City moves forward with regulations, it should establish fees and licenses that
allow it to recover 100% of the allowable costs associated with regulation. The costs associated
with this contract would be recoverable through application fees and license fees from cannabis
businesses seeking approval in the City. The costs will be quantified based on the amount of staff
time required to administer and license cannabis business entities. Community Development,
Attorney’s Office, Administration, Police, Fire, Utilities, and Finance will experience costs
associated with regulation, and staff will be developing a fee structure based on approved
regulations to recover the allowable costs.
Initial costs associated with this contract include:
(1) Development of eligibility and ranking criteria, and presentation of that information to
the City Council for review and approval
(2) Consultations with City staff regarding administrative procedures and operating
guidelines relative to law enforcement and code enforcement best practices
(3) Consultations with City staff regarding appropriate outreach and education materials,
messages and best practices
These costs are not expected to exceed $35,000, and can be paid for through existing
appropriated budgets consistent with the City’s fiscal policies. These are costs that would be
recovered following the establishment of cannabis regulations with the first open application
period.
Ongoing costs of managing the application process, ranking of applicants, and the provision of
continued support services to the City would be fully funded by application and annual licensing
revenues.
Packet Page 118
9
ALTERNATIVES
1. Continue Consideration of the RFP to a Future Date. The City Council could decide not to
authorize issuance of the RFP at this time. If this alternative is taken, the Council should
provide direction to staff regarding additional information needed to move forward.
2. Direct Staff Not to Move Forward with a Consultant RFP. The City Council could decide
not to use a consultant for the proposed support services. This alternative is not
recommended because City staff does not have the capacity or expertise to internally manage
and execute the process of qualifying and ranking eligible cannabis business operators.
Attachments:
a - Cannabis Consultant RFP
Packet Page 119
9
Notice Requesting Proposals for
CANNABIS BUSINESS REGULATION AND EDUCATION SUPPORT
SERVICES
The City of San Luis Obispo is requesting sealed proposals for resident satisfaction survey services
pursuant to Specification No. 91660. All proposals must be received by the Department of Finance by
April 26, 2018 at 3:30 p.m., when they will be opened publicly in the City Hall Council Chambers, 990
Palm Street, San Luis Obispo, CA 93401.
Proposals received after said time will not be considered. To guard against premature opening, each
proposal shall be submitted to the Department of Finance in a sealed envelope plainly marked with the
proposal title, specification number, bidder name, and time and date of the proposal opening. Proposals
shall be submitted using the forms provided in the specification package.
Any questions can be directed to Michael Codron, Director of Community Development at (805) 781-
7187 or mcodron@slocity.org.
Packet Page 120
9
Specification No. [91660]
TABLE OF CONTENTS
A. Description of Work 1
B. General Terms and Conditions 3
C. Special Terms and Conditions 6
D. Agreement 9
E. Insurance Requirements 11
F. Proposal Submittal Forms 12
Packet Page 121
9
Section A
DESCRIPTION OF WORK
Consultant Selection Criteria
The following is the criteria that will be used to select the consultant to provide cannabis
business regulation and education support services.
1. Completeness of the proposal
2. Experience and qualifications of the project team
3. Experience working in jurisdictions with the development and implementation of
cannabis regulations
4. Understanding of the local community, public safety concerns and best practices, and
code enforcement best practices in the area of cannabis regulations.
5. Knowledge of California’s cannabis statutes and regulations
6. No financial interest in any commercial cannabis activity
7. Experience and/or demonstrated ability with respect to educational and outreach support
services
8. Responsiveness and evaluation of references
9. Results of face to face interview process (ranking by panel)
10. Cost of services
Activities to be Performed Under the Contract
The following activities will be covered under the contract that is ultimately agreed upon by the
City and the successful consultant in response to the RFP.
1. Evaluation and Qualification of Cannabis Business Operators
a. Engage with public safety officials and other key staff in the development of the
criteria by which applicants will be evaluated.
b. Develop the eligibility criteria
c. Present recommendations to the City Council for adoption of the crit eria by
resolution.
2. Rank Eligible Cannabis Business Operators
a. Develop ranking criteria by which applicants will be evaluated.
b. Develop and propose point system that will benefit and encourage local business
operators, organic cultivation practices, energy and water efficient operations, and
other desirable business characteristics.
c. Present recommendations to the City Council for adoption of ranking criteria by
resolution.
3. Support for Cannabis Business Regulation Activities
a. Work with the Community Development Department regarding code enforcement
best practices and advise on systems and structures to implement a complete
regulatory system, including advising on a cost recovery structure to fully recover
costs of permitting and enforcement.
b. Work with the Police and Fire Department staff on best practices to address
public safety concerns and for engagement with cannabis business operators
c. Assist the City Attorney’s Office with recommendations regarding overall city
Packet Page 122
9
oversight and regulation of cannabis business activities from the perspective of
practicality and enforceability.
4. Development of Educational Materials and Communications
a. Work with City staff on the development of educational materials including an
overview of the City’s regulations, what to expect during the compliance
inspection process, how to successfully apply to become cannabis business
operator in the City of San Luis Obispo, and how to successfully obtain and
maintain a commercial cannabis operator permit as well as a conditional use
permit for commercial cannabis activity in the City.
b. Communicate with cannabis business operators, stakeholders, and members of the
public regarding the City’s regulations and oversight/enforcement practices.
c. Advise City staff regarding education and outreach materials on the topic of safe
and responsible adult use of cannabis.
5. Additional Regulation and Educational Support Services
a. The City of San Luis Obispo has never managed a commercial cannabis
regulatory program and may be in need of additional support services not
explicitly identified in this RFP. Consultants are encouraged to evaluate this RFP
and suggest additional regulatory and educational/outreach services for
consideration that the City may not have identified.
Packet Page 123
9
Section B
GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal shall meet
all of the terms, and conditions of the Request for Proposals (RFP) specifications 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 supplement al materials.
Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the
Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401.
In order to guard against premature opening, the proposal should be clearly labeled with the
proposal title, specification number, name of bidder, and date and time of proposal opening. 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 u nit price and the total amount
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
unopened. 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 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.
Packet Page 124
9
7. Cooperative Purchasing. During the term of the contract, the successful bidder will extend all
terms and conditions to any other local governmental agencies upon their request. These
agencies will issue their own purchase orders, will directly receive goods or services at their place
of business, and will be directly billed by the successful bidder.
8. 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
9. 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.
10. 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 n ecessary to make such a
decision.
11. 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 has been sent by
mail to it at the address given in its proposal. The contract shall be made in the form adopted by
the City and incorporated in these specifications.
12. Insurance Requirements. The Contractor shall provide proof of insurance in the form,
coverages and amounts specified in Section E of these specifications within 10 (ten) calendar
days after notice of contract award as a precondition to contract execution.
13. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business
license & tax certificate before execution of the contract. Additional information regarding the
City’s business tax program may be obtained by calling (805) 781-7134.
CONTRACT PERFORMANCE
14. Ability to Perform. The Contractor warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out
and complete the work hereunder in compliance with any and all federal, state, county, city, and
special district laws, ordinances, and regulations.
15. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances, regulations and adopted codes during its performance of the work.
16. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contractor is required to pay.
Packet Page 125
9
17. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and
fees, and give all notices necessary.
18. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety
established by OSHA and the California Division of Industrial Safety.
19. Public and Employee Safety. Whenever the Contractor’s operations create a condition
hazardous to the public or City employees, it shall, at its expense and without cost to the City,
furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other
devices and take such other protective measures as are necessary to prevent accidents or damage
or injury to the public and employees.
20. Preservation of City Property. The Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged resulting from the Contractor’s operations, it shall be replaced or restored at the
Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when
the Contractor began work.
21. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors
engaged for the performance of this work that only persons authorized to work in the United State
pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder.
22. Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it
will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination
in employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
23. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes,
fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or
labor due to federal government restrictions arising out of defense or war programs, then the time
of completion may, at the City’s sole option, be extended for such periods as may be agreed upon
by the City and the Contractor. In the event that there is insufficient time to grant such extensions
prior to the completion date of the contract, the City may, at the time of acceptance of the work,
waive liquidated damages that may have accrued for failure to complete on time, due to any of
the above, after hearing evidence as to the reasons for such delay, a nd making a finding as to the
causes of same.
24. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the materials, supplies, equipment, or services provided by the
Contractor (Net 30).
25. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Contractor are being performed in accordance with the
requirements and intentions of this contract. All work done and all materials furnished, if any,
shall be subject to the City’s inspection and approval. The inspection of such work shall not
relieve Contractor of any of its obligations to fulfill its contract requirements.
Packet Page 126
9
26. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any
payment to Contractor.
27. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not
acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree
with the performance of the work hereunder, including, but not limited to, any interest in any
commercial cannabis business or operation that would be eligible to apply for any permit or
entitlement within the City. The Contractor further covenants that, in the performance of this
work, no subcontractor or person having such an interest shall be employed. The Contractor
certifies that no one who has or will have any financial interest in performing this work is an
officer or employee of the City. It is hereby expressly agreed that, in the performance of the work
hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent
or employee of the City.
28. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and
hold the City and its agents, officers and employees harmless from and against any and all
claims asserted or liability established for damages or injuries to any person or property,
including injury to the Contractor’s employees, agents or officers that arise from or are
connected with or are caused or claimed to be caused by the acts or omissions of the
Contractor, and its agents, officers or employees, in the performance of all obligations
under this Agreement, and all expenses of investigating and defending against same;
provided, however, that the Contractor’s duty to indemnify and hold harmless shall not include
any claims or liability arising from the established sole negligence or willful misconduct of the
City, its agents, officers or employees.
29. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of
the contract, or its right, title or interest, or its power to execute such a contract to any individual
or business entity of any kind without the previous written consent of the City.
30. Termination for Convenience. The City may terminate all or part of this
Agreement for any or no reason at any time by giving 30 days written notice to
Contractor. Should the City terminate this Agreement for convenience, the City
shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable
restocking charge not to exceed ten (10) percent of the total purchase price; (b) for
custom products, the less of a reasonable price for the raw materials, components
work in progress and any finished units on hand or the price per unit reflected on this
Agreement. For termination of any services pursuant to this Agreement, the City’s
liability will be the lesser of a reasonable price for the services rendered prior to
termination, or the price for the services reflected on this Agreement. Upon
termination notice from the City, Contractor must, unless otherwise directed, cease
work and follow the City’s directions as to work in progress and finished goods.
31. Termination for Cause. If, during the term of the contract, the City determines that the
Contractor is not faithfully abiding by any term or condition contained herein, the City may notify
the Contractor in writing of such defect or failure to perform. This notice must give the
Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure
the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days specified
in the notice, such shall constitute a breach of the contract and the City may terminate the contract
Packet Page 127
9
immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have
any further duties, obligations, responsibilities, or rights under the contract except, however, any
and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be
extinguished, reduced, or in any manner waived by the terminations thereof.
In said event, the Contractor shall be entitled to the reasonable value of its services performed
from the beginning date in which the breach occurs up t o the day it received the City’s Notice of
Termination, minus any offset from such payment representing the City’s damages from such
breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone
or task satisfactorily delivered or completed by the Contractor as may be set forth in the
Agreement payment schedule; compensation for any other work, services or goods performed or
provided by the Contractor shall be based solely on the City’s assessment of the value of the
work-in-progress in completing the overall workscope.
The City reserves the right to delay any such payment until completion or confirmed
abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a
full and complete accounting of costs. In no event, however, shall the Contractor be entitled to
receive in excess of the compensation quoted in its proposal.
Packet Page 128
9
Section C
SPECIAL TERMS AND CONDITIONS
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 firms for whom you have provided similar services.
Qualifications
e. Experience of your firm in performing similar services.
f. Resumes of the individuals who would be assigned to this project, including any sub-
consultants.
g. Standard hourly billing rates for the assigned staff, including any sub-consultants.
h. Statement and explanation of any instances where your firm has been removed from a
project or disqualified from proposing on a project.
Work Program
j. Description of your approach to completing the work.
k. Tentative schedule by phase and task for completing the work.
l. Estimated hours for your staff in performing each major phase of the work, including
sub-consultants.
m. Services or data to be provided by the City.
n. Any other information that would assist us in making this contract award decision.
Compensation
p. Proposed compensation and payment schedule tied to accomplishing key tasks.
Proposal Length and Copies
q. Proposals should not exceed ten pages, not including attachments and supplemental
materials.
r. Two copies of the proposal must be submitted.
2. Proposal Evaluation and Consultant Selection. Proposals will be evaluated City staff as
follows:
Phase 1 – Written Proposal Review/Finalist Candidate Selection
The finalist candidate(s) will be selected for follow-up interviews and presentations based on the
following criteria as evidenced in their written proposals:
a. Understanding of the work required by the City.
b. Quality, clarity and responsiveness of the proposal.
c. Demonstrated competence and professional qualifications necessary for successfully
performing the work required by the City.
Packet Page 129
9
d. Recent experience in successfully performing similar services.
e. Proposed approach in completing the work.
f. References.
g. Background and experience of the specific individuals to be assigned to this project.
Phase 2 – Interviews and Consultant Selection
Finalist candidate(s) will make a presentation to City staff and answer questions about their
proposal. The purpose of this second phase is two-fold: 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 in person. As part of this second phase of the selection process,
finalist candidate(s) will submit proposed compensation costs for the work, including a proposed
payment schedule tied to accomplishing key proj ect milestones or tasks. After evaluating the
proposals and discussing them further with the finalist(s) or the tentatively selected contractor, the
City reserves the right to further negotiate the proposed work scope and/or method and amount of
compensation.
Contract award will be based on a combination of factors that represent the best overall value for
completing the work scope as determined by the City, including: the written proposal criteria
described above; results of background and reference checks; results from the interviews and
presentations phase; and proposed compensation.
3. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule
for proposal review and contract award:
a. Issue RFP 3/21/18
b. Deadline for proposer questions 4/10/18
c. Responses to material questions posted 4/13/18
c. Receive proposals 4/26/18
d. Complete proposal evaluation 5/4/18
e. Conduct finalist interviews 5/10/18
f. Finalize staff recommendation 5/15/18
g. Award contract 5/29/18
h. Execute contract 6/15/18
i. Start work TBD
4. 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.
5. 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 u nder these
specifications shall be the property of City and shall not be made available to any individual or
organization by the Contractor without the prior written approval of the City.
6. 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.
7. Required Deliverable Products. The Contractor will be required to:
Packet Page 130
9
a. Assist the City in the review and development of appropriate survey questions based on
the City’s desire to conduct a survey that can be used for comparison purposes both with
other similar cities and questions used in previous surveys. Review, comment and
recommend changes in wording and/or ordering of survey questions.
b. Select a statistically valid and representative (geographically and demographically)
sample of residents from the City of San Luis Obispo, ensuring that only residents living
within the incorporated boundaries of the City are included.
c. Conduct a pretest of the survey (no fewer than 20 complete surveys) to determine any
needed changes to the survey instrument to assure the maximum possible response rate
and valid responses.
d. Conduct a survey of residents in a manner that yields a response of approximately 500
residents of the City.
e. Analyze the data collected where both the qualitative and quantitative data is analyzed in
a scientifically valid manner.
f. Provide the City with a digital file of the draft report. The report should include:
1. An executive summary.
2. An analysis of the results. This section should include a verbal discussion of the
results as well as graphic illustrations of significant findings.
3. A comparison, where applicable, to similar questions conducted in our previous
survey and/or to previous years. Frequency distributions of responses to all
questions and cross tabulations as specified by the City.
4. A description of the sampling and survey methodologies.
5. Copy of the survey instrument.
6. Presentation of survey results appropriate for City leadership and the City
Council.
g. Present the survey results to City staff.
h. After review of the draft report by City staff, submit a digital file of the final report and
presentation.
i. Present the results of the survey to City leadership and City Council (approx. two to three
meetings).
j. Provide the City with the following data:
1. The collected, raw data in a format that the City can continue to analyze and
utilize.
2. A tabulation of the outcome of all survey attempts made during the course of the
survey (depending on the survey type: undeliverable surveys, number of refusals,
business/disconnected numbers, numbers that were busy or not answered after X
attempts, and language and other issues).
3. Provide the data in a manner that is clear and easy to understand, making use of
graphical representations whenever possible.
Packet Page 131
9
11. Attendance at Meetings and Hearings. As part of the workscope and included in the contract
price is attendance by the Contractor at up to three meetings to present and discuss its findings
and recommendations. Contractor shall attend as many “working” meetings with staff as
necessary in performing workscope tasks.
12. 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
alternatives, and discuss under what circumstances the City would prefer one alternative to the
other(s). If an alternative proposal is submitted, the maximum length of the proposal may be
expanded proportionately by the number of alternatives submitted.
Packet Page 132
9
Section D
FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this _____________day
of ____________________________________, by and between the CITY OF SAN LUIS OBISPO, a municipal
corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereina fter
referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on [date], City requested proposals for resident satisfaction survey services per Specification
No. 91660.
WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said
services.
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 acceptance or completion of said services.
2. INCORPORATION BY REFERENCE. City Specification No. 91660 and Contractor’s
proposal dated [date], are hereby incorporated in and made a part of this Agreement.
3. CITY’S OBLIGATIONS. For providing services as specified in this Agreement, City will pay
and Contractor shall receive therefor compensation in a total sum not to exceed [$ .00 ].
4. CONTRACTOR’S OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by
this Agreement and the said specification incorporated into this Agreement.
5. 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 or duly authorized agent of the
City.
Packet Page 133
9
6. 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.
7. 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 City Clerk
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401
Contractor [ ]
[ ]
[ ]
[ ]
8. 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.
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:____________________________________
City Administrative Officer
APPROVED AS TO FORM: CONTRACTOR
____________________________________ By:____________________________________
City Attorney
Packet Page 134
9
Section E
INSURANCE REQUIREMENTS: Consultant 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.
4. Errors and Omissions Liability insurance as appropriate to the consultant’s profession.
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.
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.
4. Errors and Omissions Liability: $1,000,000 per occurrence.
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 r educe 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:
1. The City, its officers, officials, employees, agents and volunteers are to be c overed 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, officials,
employees, agents or volunteers.
2. For any claims related to this project, the Contractor’s insurance c overage 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.
Packet Page 135
9
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.
Packet Page 136
9
PROPOSAL SUBMITTAL FORM
The undersigned declares that she or he has carefully examined Specification No. 91552, 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:
BID ITEM: Cannabis Business Regulation Support Services
Total Base Price
Other (provide detail below)
TOTAL
Delivery of equipment to the City to be within ________ calendar days after contract execution and
written authorization to proceed.
Certificate of insurance attached; insurance company’s A.M. Best rating:___________________.
Firm Name and Address
Contact Phone
Signature of Authorized Representative
Date
NOTES ON THIS SAMPLE FORM
This is the City’s “basic” submittal form, and something like it should accompany all
proposals, even if: a combined “description of work/detailed proposal submittal form” (like
Sample E) is required; or price information is not requested (like Sample F).
Packet Page 137
9
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
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and link to final report
Reference No. 2
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and link to final report
Reference No. 3
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and link to final report
Packet Page 138
9
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The bidder 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 Bidder Representative
Packet Page 139
9
Page intentionally left
blank.
Packet Page 140
9