Loading...
HomeMy WebLinkAbout07-19-2016 Item 05 Request for Proposals for Community Outreach and Communications Support Services Meeting Date: 7/19/2016 FROM: Derek Johnson, Assistant City Manager Prepared By: Greg Hermann, Principal Analyst SUBJECT: REQUEST FOR PROPOSALS FOR COMMUNITY OUTREACH AND COMMUNICATIONS SUPPORT SERVICES RECOMMENDATION 1. Authorize the issuance of a Request for Proposals for Consultant Services for community outreach and communications support services; and 2. Authorize the City Manager to award the contract if proposals are within the project budget of $139,500. DISCUSSION Background As a part of the Organizational Efficiency and Effectiveness SOPC approved with the 2016-17 Supplemental Budget, additional resources were made available to enhance communications functions at the City. The goal of City communication functions is to ensure mutually beneficial, two-way communication with external (such as residents, non-profit service providers, business owners and operators, business community representatives, other governmental agencies among others) and internal audiences about City issues and services. The intended outcome is a more responsive government, enhanced transparency, a high level of public confidence and increased community satisfaction with City communication. Currently, communication strategies and tactics are decentralized, often resultin g in duplication of effort and inefficient use of staff time. It is envisioned that the use of consultant services will help to streamline communication to provide important information to community members more quickly and, internally, to ensure effective and efficient exchange of information between City departments and employees. The focus of the consultant work will be on communication planning, content creation, community and media outreach, training, strategic counsel and several additional tasks as needed. The consultant will work through a single point of contact in the City’s Administration Department who will manage timelines and deliverables for individual tasks. A scope of work is provided in the draft RFP, however, the final scope of work will be finalized with the selected consultant as a part of the contract during negotiations. At this time a contract with a 5 Packet Pg. 11 communications consulting firm is being pursued as an alternative to hiring a staff person to perform these functions. This approach is being pursued to assess the need for this scope of work on an on-going basis. The services provided will be assessed and modified based on periodic review of services provided by the consulting firm. Scope of Work The consultant will assist the City with the following communications tasks in addition to those identified in the final scope of work: 1. Planning a. Prepare a 12 month communication plan (including measurable objectives, overarching messages/themes, audiences, strategies and tactics). Prepare a 12 month work plan describing implementation deliverables and timing. For the purpose of budgeting, consultants can assume city staff have gained consensus on an overall goal for the communication program. Review and propose needed modifications to existing policies, procedures and guidelines (such as the 2003 Press Policy & Public Information Manual and the 2015 Public Engagement and Noticing Manual). 2. Content Creation and Community/Media Outreach a. Create public information as needed for city issues, events, projects and services including writing news releases, articles, website content, fact sheets and other informational materials. b. Assist with scheduling of, and participation in, community and media outreach. c. Identify and develop various outreach methods to enhance community engagement and education of external and internal audiences. 3. Communication and Media Outreach Training a. Provide training for City employees on communications and media outreach skills including: i. Effective message delivery (how to avoid jargon, using simple messages, etc.) ii. Spokesperson training (on camera practice of message delivery for at least eight employees) iii. Writing effective public information (focus on clear, concise, active writing style) iv. Provide training for City employees on effective community outreach and engagement including workshop design, facilitation skills and other best practices. 4. Strategic Counsel a. Provide ongoing strategic counsel to city staff, as needed, on issues, programs and plan implementation. 5. Emergency Communications 5 Packet Pg. 12 a. As needed, assist with emergency communication services, including serving as support in the City’s Emergency Operations Center during an emergency incident. 6. Optional Services a. Optional Services may include professional photography, videography and graphic design services to assist in communicating about City issues, programs and services. ENVIRONMENTAL REVIEW There is no environmental review required for this action as it is not a project as defined under the California Environmental Quality Act (CEQA). FISCAL IMPACT The City has set aside hours with the Administration Department, led by the Principal Analyst to oversee this RFP and manage the selected consultant. A budget of $119,500 has been appropriated for communications support services with an additional $20,000 available for graphic design and photography. The funding was approved as a part of the Organizational Efficiency and Effectiveness SOPC with the 2016-17 Supplemental Budget. ALTERNATIVES The City Council may: 1. Request additional information or analysis from staff. Specific direction should be provided related to any additional analysis. 2. Modify the request to issue a RFP for the citywide community outreach and communications support services. Specific modifications should be identified so that the City provides a clear scope of work. 3. Deny the request to issue a RFP for the citywide communications support and provide alternative direction to staff on how to accomplish the objective of enhancing community outreach and communications. Attachments: a - Communications Support RFP 5 Packet Pg. 13 990 Palm Street  San Luis Obispo, CA 93401 Notice Requesting Proposals for Community Outreach and Communications Support Services Specification No. 91493 The City of San Luis Obispo is requesting sealed proposals for citywide communications support services pursuant to Specification No. 91493. All proposals must be received by the Finance Division by 4 p.m., August 3, 2016 when they will be opened publicly in the foyer of 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 Finance Division in a sealed envelope plainly marked with the proposal title, specification number, proposer name, and time and date of the proposal opening. Proposals shall be submitted using the forms provided in the specification package. Requests for additional information or questions that prospective proposers may have regarding the City's request for proposals may be directed Greg Hermann, Principal Analyst, by phone at (805) 781-7194 or by email at ghermann@slocity.org. 5.a Packet Pg. 14 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Specification No. 91493 TABLE OF CONTENTS A. Description of Work 1 B. General Terms and Conditions 4 Proposal Requirements Contract Award and Execution Contract Performance C. Special Terms and Conditions 8 Contract Term Estimated Quantities Proposal Content Proposal Evaluation and Selection Proposal Review and Award Schedule Unrestrictive Brand Names Start and Completion of Work Accuracy of Specifications D. Agreement 13 E. Insurance Requirements 15 F. Proposal Submittal Forms 17 Proposal Submittal Summary References 5.a Packet Pg. 15 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 1 Section A DESCRIPTION OF WORK The City of San Luis Obispo (“City”) seeks proposals for consultant services for community outreach and communications support services to enhance community outreach and engagement through more robust and coordinated communication functions within the City. I. GENERAL The goal of City communication functions is to ensure mutually beneficial, two-way communication with external (such as residents, non-profit service providers, business owners and operators, business community representatives, other governmental agencies among others) and internal audiences about City issues and services, leading to a more responsive government and a high level of public confidence. . It is anticipated that the outcome from this effort will be increased community satisfaction with City communication. Currently, communication strategies and tactics are ad hoc and decentralized, often resulting in duplication of effort and inefficient use of staff time. It is envisioned that the use of consultant services will help to streamline communication to get important information to community members more quickly and, internally, to ensure effective and efficient exchange of information between City departments and employees. The focus of the consultant work will be on communication planning, content creation, community and media outreach training, strategic counsel and several additional tasks as needed. The consultant will work through a single point of contact in the City’s Administration Department who will manage timelines and deliverables for individual tasks. A sample scope of work is provided, however, the final scope of work will be determined with the selected consultant as a part of the contract during negotiations. At this time a contact with a communications consulting firm is being pursued as an alternative to hiring a staff person to perform these functions. This approach is being pursued to assess the need for this scope of work on an on-going basis. The services provided will be assessed and modified based on periodic review of services provided. Interested consultants will provide a maximum 10-page proposal that outlines their approach for communications support services. The City expects to expend no greater than $119,500 for all services included in the contract (excluding optional services as defined which may not exceed $20,000). I. SAMPLE SCOPE OF WORK 1. Planning a. Prepare a 12 month communication plan (including measurable objectives, overarching messages/themes, audiences, strategies and tactics). Prepare a 12 month work plan describing implementation deliverables and timing. For the purpose of budgeting, consultants can assume city staff have gained consensus on an overall goal for the communication program. Review and propose needed modifications to existing policies, procedures and guidelines (such as the 2003 Press Policy & Public Information Manual and the 2015 5.a Packet Pg. 16 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 2 Public Engagement and Noticing Manual). 2. Content Creation and Community/Media Outreach a. Create public information as needed for city issues, events, projects and services including writing news releases, articles, website content, fact sheets and other informational materials. b. Assist with scheduling of, and participation in, community and media outreach. c. Identify and develop various outreach methods to enhance community engagement and education of external and internal audiences. d. For the purpose of budgeting, please provide a typical cost for: i. 10 news releases describing action taken on a complex policy issue, including research and quotes from city staff, council members and/or community members as appropriate. ii. 12 news releases promoting city events, public meetings, services and other day to day public information topics. These releases will become templates that can be used annually or as needed. iii. 10, 2-page fact sheets on city issues (does not include graphic design) iv. 6 PowerPoint presentations on city issues and/or services. For budgeting, assume presentations are 20 minutes. City will provide PowerPoint template and images, as needed. 3. Communication and Media Outreach Training a. Provide training for City employees on communications and media outreach skills. For budgeting purposes, please provide a cost for: i. Developing and delivering three, two-hour trainings (for 15 city employees each) on: ii. Effective message delivery (how to avoid jargon, using simple messages, etc.) iii. Spokesperson training (on camera practice of message delivery for at least eight employees) iv. Writing effective public information (focus on clear, concise, active writing style) 4. Strategic Counsel a. Provide ongoing strategic counsel to city staff, as needed, on issues, programs and plan implementation. 5. Emergency Communications a. As needed, assist with emergency communication services, including serving as support in the city’s Emergency Operations Center during an emergency incident (could involve work outside normal business hours). As a part of the proposal, please provide the hourly rate associated with this task, if different from standard rates. 5.a Packet Pg. 17 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 3 6. Optional Services a. See Section IV, Optional Services II. QUALIFICATIONS The consultant is required to state what work of a similar character has been successfully performed to that included in the sample scope of work and to give references, with telephone numbers and addresses, which will enable the City to judge the vendor’s responsibility, experience and skill, and business standing. The consultant is required to provide a minimum of three (3) references where work was performed within the past five (5) years of a similar nature to this contract. III. OPTIONAL SERVICES In addition to those items listed in Section II, Sample Scope of Services, there are services the City may desire to use depending on the availability, quality and price of the service offered. Proposals are not required to address optional services in order to be considered an acceptable proposal. Final selection, however, of the successful proposal may be based on the ability of the consultant to provide these services at an acceptable price as determined by the City. a. Professional photography to assist in communicating about city issues, programs and services. (Price should include granting city unlimited rights to images) b. Graphic design services to produce print materials such as fact sheets, infographics and informational brochures. c. Professional videography to assist in communicating about city issues, programs and services. (Price should include granting city unlimited rights to videos) IV. ADDITIONAL SERVICES If there are related services not otherwise identified in the City’s RFP, the proposer may offer those to the City. Proposals are not required to address any additional services in order to be considered an acceptable proposal. However, final selection of the successful proposer may be based on the desirability of the additional services offered. V. REFERENCE MATERIALS The City has already developed several guidelines and templates related to communications. The following should be carefully considered and integrated into the proposal: 1. Branding and Style Guide 2. Public Engagement and Noticing Manual 3. Press Policy and Public Information Manual VI. ADDITIONAL CONSIDERATIONS AND ASSUMPTIONS a. All works submitted to and accepted by the City must be an original piece created by the contractor. 5.a Packet Pg. 18 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 4 b. All works submitted by the Contractor must be in standard U.S. English and adhere to the Branding and Style Guide. c. All works must be submitted in Microsoft Word format and include a headline pertaining to the work in bold. The work should appear in a non-bolded Calibri, 12 point font. d. The City reserves the right to use all submitted works in current and/or future forms of current media and/or media to be developed. 5.a Packet Pg. 19 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 5 Section B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (proposer) shall meet all of the terms, and conditions of the Invitation for Bids (IFB) or Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all provisions of the IFB/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 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 proposer, 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 proposer’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 Extensions. The extensions of unit prices for the quantities indicated and the lump sum prices quoted by the proposer 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 stated by any proposer for any item are not in agreement, the unit price alone will be considered as representing the proposer's intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A proposer 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 proposer 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. Proposers 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 proposer submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other proposers submitting proposals. 5.a Packet Pg. 20 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 6 7. Cooperative Purchasing. During the term of the contract, the successful proposer 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 proposer. 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 Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposers. Proposers will provide, in a timely manner, all information that the City deems necessary to make such a decision. 11. Contract Requirement. The proposer 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 Tax. The Contractor must have a valid City of San Luis Obispo business 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. 17. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 5.a Packet Pg. 21 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 7 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 ot her 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 a s 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 States 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 gran t 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, and 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. 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. 5.a Packet Pg. 22 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 8 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. 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 performing the work or services herein, 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. 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 Co ntractor 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 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 termination 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 to 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. 5.a Packet Pg. 23 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 9 Section C SPECIAL TERMS AND CONDITIONS 1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. 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 amou nt 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 between August 2016 and December 2016. 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 one-year timeframe. 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. 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 5.a Packet Pg. 24 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 10 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 requireme nts 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. 16. 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 organizations for whom you have provided similar services. d. Professional work product samples. Qualifications a. Experience of your firm in performing similar services. Provide a minimum of three case studies/examples including the project goal, strategies and tactics, budget and results. Include the names and roles of any staff who worked on those projects and would also for on this contract. b. Resumes of the individuals who would be assigned to this project, inclu ding any sub- consultants. For each staff member, indicate the role on this project, the location of the office where the person is based and the percentage of time that would be allocated to this contract. Provide two references for each staff person (if different from references provided as part of the firm’s experience). c. Hourly billing rates for the assigned staff, including any sub -consultants. Rates must reflect the City’s commitment to the responsible use of taxpayer money. d. Statement and explanation of any instances where your firm has been removed from a project or disqualified from proposing on a project. 5.a Packet Pg. 25 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 11 Work Program e. Description of your approach to completing each task in the scope of work. f. Sample budget for the following tasks, based on the direction provided in the scope of work (the purpose of this budget is to enable the City to compare costs of defined tasks among firms responding to this RFP. It is anticipated that other tasks will be added to the scope of work, based on the communication plan that is developed and available resources. The total cost of the contract will be $139,500, and the City desires to derive maximum value for this budget.  Prepare a 12 month work plan describing implementation deliverables and timing. For the purpose of budgeting, consultants can assume city staff have gained consensus on an overall goal for the communication program.  10 news releases describing action taken on a complex policy issue, including research and quotes from city staff, council members and/or community members as appropriate.  12 news releases promoting city events, public meetings, services and other day to day public information topics. These releases will become templates that can be used annually or as needed.  10, 2-page fact sheets on city issues (does not include graphic design)  6 PowerPoint presentations on city issues and/or services. For budgeting, assume presentations are 20 minutes. City will provide PowerPoint template and images, as needed.  Effective message delivery training (how to avoid jargon, using simple messages, etc.)  Spokesperson training (on camera practice of message delivery for up to eight employees)  Writing for public information training (focus on clear, concise, active writing style)  Graphic design for one two-page fact sheet.  Photography for one two-hour city event (approximately 50 high quality images produced) g. All other anticipated costs (travel time/expenses, if applicable, photocopying, telephone charges, etc.). Assume city will cover printing and distribution of materials. Note any agency mark up on expenses. h. Services or data to be provided by the City. i. Any other information that would assist us in making this contract award decision. Proposal Length and Copies j. Proposals should include numbered pages, including identification of attachments and supplemental materials. k. Three copies of the proposal must be submitted. 2. Proposal Evaluation and Consultant Selection. Proposals will be evaluated by a review committee using a two-phase selection and contract award process as follows: Phase 1 – Written Proposal Review/Finalist Candidate Selection A group of finalist candidates will be selected for follow -up interviews and presentations based on the following criteria as evidenced in their written proposals: 5.a Packet Pg. 26 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 12 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. 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. h. Cost Phase 2 – Oral Presentations/Interviews and Consultant Selection Finalist candidates will make an oral presentation to the review committee 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 orally. As part of this second phase of the selection process, finalist candidates will submit proposed compensation costs for the work, including a proposed payment schedule tied to accomplishing key project milestones or tasks. 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 workscope 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 workscope 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 7/20/16 b. Receive proposals 8/3/16 c. Complete proposal evaluation 8/5/16 d. Conduct finalist interviews 8/12/16 e. Finalize staff recommendation 8/15/16 f. Award contract 8/19/16 g. Execute contract 8/26/16 h. Start work 8/30/16 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 under 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 5.a Packet Pg. 27 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 13 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. 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. 8. 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. Proposers 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 proposer 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 effect 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 proposer to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the proposer. An ambiguity or defect shall be considered patent if it is of such a nature that the proposer, 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 proposer 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 proposer to achieve the project’s objective or standard beyond the amounts provided there for in the proposal. 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 defect or ambiguity in the plans or specifications concerning the dispute. 5.a Packet Pg. 28 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 14 Section D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City invited requested proposals for Consultant Services for citywide communications support, per Specification No. 91493. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said Consultant Services for citywide communications support. 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 one year from the date this Agreement is made and entered. 2. INCORPORATION BY REFERENCE. City Specification No. 91493 and Contractor's proposal dated [date], are hereby incorporated in and made a part of this Agreement. To the extent that there are any conflicts between the City’s specification and this Agreement and the Contractor’s proposal, the terms of the City’s specification and this Agreement shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3. CITY'S OBLIGATIONS. For providing Consultant Services for Citywide communications support, 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. 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 Council or City Manager of the City. 5.a Packet Pg. 29 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 15 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 Name Address 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. ATTEST: CITY OF SAN LUIS OBISPO ________________________________ By:_____________________________________ City Clerk City Manager APPROVED AS TO FORM: CONTRACTOR ________________________________ By: _____________________________________ City Attorney 5.a Packet Pg. 30 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 16 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 conn ection 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 an d 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 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: 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. 5.a Packet Pg. 31 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 17 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 effectin g 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. 5.a Packet Pg. 32 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 18 PROPOSAL SUBMITTAL FORM Sample The undersigned declares that she or he has carefully examined Specification No. 91493, which is hereby made a part of this proposal; is thoroughly familiar with its contents; is aut horized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: Description Quantity Unit Price Total TOTAL BASE PRICE Other (provide detail below) TOTAL $ Delivery of equipment to the City to be within 90 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 5.a Packet Pg. 33 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 19 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 project outcome 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 project outcome 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 project outcome 5.a Packet Pg. 34 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page | 20 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 completi ng 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 5.a Packet Pg. 35 At t a c h m e n t : a - C o m m u n i c a t i o n s S u p p o r t R F P ( 1 4 1 2 : C o m m u n i c a t i o n s S u p p o r t R F P ) Page intentionally left blank.