HomeMy WebLinkAboutBED Agenda Pkt. 6-17-2014BUSINESS AND ECONOMIC DEVELOPMENT BOARD MEETING
CAPE CANAVERAL LIBRARY MEETING ROOM
201 Polk Avenue, Cape Canaveral, Florida
Tuesday
June 17, 2014
3:00 PM
AGENDA
CALL TO ORDER
ROLL CALL:
PUBLIC PARTICIPATION:
Any member of the public may address any items that do not appear on the agenda and any agenda item that is
listed on the agenda for final official action by the Business & Economic Development Board excluding public
hearing items which are heard at the public hearing portion of the meeting, ministerial items (e.g. approval of
agenda, minutes, informational items), and quasi-judicial or emergency items. Citizens will limit their comments to
three (3) minutes. The Business & Economic Development Board will not take any action under the "Reports and
Open Discussion" section of the agenda. The Business & Economic Development Board may schedule items not
on the agenda as regular items and act upon them in the future.
ACTIONIDISCUSSION ITEMS:
1. Approval of Meeting Minutes —March 11, 2014.
2. Review of RFP Submittals for CONSULTING SERVICES FOR CITY OF CAPE CANAVERAL
COMMUNITY BRANDING INITIATIVE.
REPORTS and OPEN DISCUSSION:
ADJOURNMENT:
Pursuant to Section 286.0105, Florida Statutes. the City hereby advises the public that If a person decides to appeal any decision made by the
Business and Economic Development Board with respect to any matter considered at this meeting, that person will need a record of the
proceedings, and for such purpose that person may need to ensure that a verbatim record of the proceedings is made, which record includes the
testimony and evidence upon which Me appeal is to be based. This notice does not constiwte consent by the City for the introduction or admission
into evidence of otherwise Inadmissible or irreleyant evidence, nor does it authorize challenges or appeals not otherwise allowed by law.
In accordance with the Americans with Disabilities Act: all interested partles may attend this Public Meeting. The facility is accessible to the
physically handicapped. Persona with disabilities needing assistance to participate in the proceedings should contact the City Clehk's attics (86&
1220 )220 or x221) 48 hours in advance of the meeting.
City of Cape Canaveral
Business and Economic Development Board
Agenda Form
Meeting Date: 6/17/2014
Subject: Request For Proposal # 2014-01 -Consulting Services For City Of Cape
Canaveral/City Of Cape Canaveral Community Redevelopment Agency Branding
Initiative.
Summary: The Business and Economic Development Board reviewed the Draft KF'
for Consulting Services for the City's Branding Initiative on August 27, 2013 and on
March 11, 2014. The RFP was released on May 28, 2014 and 21 potential bidders
requested a copy. Of those, the City received five (5) timely responses.
Those responses are included in your agenda packet. Prior to our meeting on June
17'", please review each thoroughly.
The Business and Economic Development Board's Responsibility is outlined in the RFP
Selection Process as Review #1:
Individual members of the City of Cape Canaveral Business and
Economic Development Board (Board) will score and rank all complete
proposals to determine the three (3) highest ranked firms ("Finalists"). The
average score of the individual members of the Board will be used to
determine the three (3) highest ranked firms ("Short list"). A total of 50
points is possible during this phase of the selection process. Scoring of
the proposals will be based upon the "Principle Evaluation Criteria' as
outlined above and contained in the Scoring Worksheet attached hereto
(see Appendix A).
During the June 17" meeting, the Board may discuss the relevant points of each
proposal. Each Board Member will total their score for each proposal and read the
score into the record. Staff will average the total scores for each proposal and collect
the completed scoring sheets from the Board members.
Please note that the information contained in the responses is not authorized for public
disclosure in accordance with Florida Statutes Section 119.071 (below).
FS 119.071 General F.xempdons from inspection or copying of public records. -
Sealed bids, proposals, or replies received by an agency pursuant to a competitive
solicitation are exempt from s. 119.071(1) and s. 24(a), Art. I of the State
Constitution until such time as the agency provides notice of an intended decision
or until 30 days after opening the bids, proposals, or final replies, whichever is
Business & Economic Development Board Meeting Date: 6/17/2014
Page 2 of 2
The next step in the process is Review
Selection Committee:
Review #2 — The Committee will notify the Finalists at least twenty one
(21) calendar days in advance of the date and time of the second review.
The second review will be limited to the Finalists identified in Review #1.
This second review will be conducted by the RFP Review Committee and
will include oral interviews and an opportunity for the Finalists to make a
presentation. Such interviews and presentations will be voluntary and will
provide the Finalists an opportunity to demonstrate their ability to
communicate effectively, efficiently, and to showcase their creative
abilities. Scoring will be based upon the 'Principle Evaluation Criteria" as
outlined above and contained in the Scoring Worksheet attached hereto
(see Appendix A). A total of 50 points is possible during the second
review. Points will not be awarded in the second review should a Finalist
elect not to make a presentation. The interviews and presentations will be
open to the public.
The total of the first review and the second review shall be used to
determine a final score —fora total possible score of 100 points.
Upon Notice of Intended Decision of Award by the Selection Committee, these
documents will be authorized for public disclosure.
scoring
The Community and Economic Development Director recommends that
Business and Economic Development Board take the following action:
Review and rank the five Branding submittals.
Todd
City of Cape Canaveral
REQUEST FOR PROPOSAL # 2014-01
CONSULTING SERVICES FOR
CITY OF CAPE CANAVERAL / CITY OF CAPE CANAVERAL
COMMUNITY REDEVELOPMENT AGENCY
BRANDING INITIATIVE
COMMUNJTF& ECONOMIC DEVELOPMENT DEPARTMENT
MAY, 2014
ISSUE DATE:PROPOSALS
SUBMIT THIS FORM WITH YOUR PROPOSAL
CONTACT PROJECT MANAGER: TODD MORLEY
5/28/14
MUST BE
PHONE NUMBER: (321) 868-1222
ll0Polk Ave.
0Po1
RECEIVED PRIOR TO
FAX: (321) 868-1247
Cape Canaveral, FL 32920
3:00 P.M. ON: JaM4
E -Mail: t.mcrley@cityofca org
PLEASE COMPLETE THE FOLLOWING AND
SUBMIT THIS FORM WITH YOUR PROPOSAL
Vendor Name:
Address:
City, State, Zip:
If submitting a'740 RESPONSE", state reason:
Phone Number:
Fax Number:
E -Mail Address:
FEIN Number:
Response packages shall be mailed or handdelivered to the Office of the Project Manager, located at 110
Polk Ave. Cape Canaveral, Florida 32920. Responses received after the specified time and date will not
be accepted. The City will not be responsible for mail delays, late or incorrect deliveries.
One (1) original (MARKED "ORIGINAL") and eight (8) copies of all responses and required
attachments must be executed and submitted in a sealed envelope. Respondent shall mark response
envelope, RFP #2014-01, "CONSULTING SERVICES FOR CITY OF CAPE CANAVERAL /
CITY OF CAPE CANAVERAL COMMUNITY REDEVELOPMENT AGENCY BRANDING
INITIATIVE". Respondent time and address must be clearly identified on the outside of the envelope.
Authorized Signature Title (typed or printed)
Printed Name & Title Date
Page 1 of 15
REQUEST FOR PROPOSAL
CONSULTING SERVICES FOR CITY OF CAPE CANAVERAL
CITY BRANDING INITIATIVE
TABLE OF CONTENTS
SECTION I
Introduction.............................................................................................3
Standard Terms & Conditions.....................................................................4
SpecialConditions....................................................................................6
Standard Insurance Requirements...................................................................8
Contractor's Liability Insurance....................................................................8
SECTION D
GeneralInformation........................................................................................9
Scopeof Services......................................................................................9
A. Purpose...................................................................................9
B. Qualifications...........................................................................10
C. Background..............................................................................f0
D. Services Required.......................................................................
10
Minimum Respondent Requirements.............................................................11
SECTION Bl
ProposalSubmittals.................................................................................
12
SECTION N
RFPTime Line......................................................................................
13
Evaluation Procedure...............................................................................
13
Criteria................................................................................................
14
Selection Process....................................................................................
14
Page 2 of 15
SECTION 1
INTRODUCTION
The City of Cape Canaveral (hereinafter referred to as "City") is requesting Proposals to contract for
Consulting Services for THE CITY OF CAPE CANAVERAL CITY BRANDING INITIATIVE.
The primary goalstobjectives to be achieved by the City Branding Initiative include, but are not limited
to:
• Uniformity - The brand should convey a common message and image to audiences both within and
outside the City of Cape Canaveral.
• City Ideatity/Pride — Identify and promote what makes the City of Cape Canaveral distinct and
appealing in a nationally and regionally competitive environment for investors, businesses,
retailers, tourists, visitors, and residents.
• Tourism, Trade, and Economic Development Promotion — Promote a healthy economy, attract
private investment, new residents, and retain key businesses and creative talent. A defined message
that will market the City of Cape Canaveral locally, statewide, nationally, and internationally as a
great place to live, work, and play; the right place for development, redevelopment and investment;
the perfect mix for a residential and business -friendly City; and a preferred destination place for
tourists and visitors.
• Flexibility - The brand must be flexible and adaptable in order to meet the needs of a variety of
Departments and municipal functions within the City as well as groups and businesses within the
City in their specific marketing initiatives, while maintaining consistency with the overall brand.
• Endorsement - The brand must be authentic and resonate with citizens, businesses, and City
groups within the City of Cape Canaveral in order to gain the broadest possible support for the
initiative.
RFP DUE DATE & TIME: Proposal packages shall be mailed or hand -delivered to the Office of the
Project Manager, located at 110 Polk Ave., Cape Canaveral, Florida 32920. Packages are to be received
NO LATER THAN 3:00 P.M. 6/10/14. Packages received after the specified time and date will not be
accepted. The City will not be responsible for mail delays, late or incorrect deliveries. The clock ]orated
in the Office of Project Manager will be the official authority for determining late responses.
All RFP information and required attachments must be executed and submitted in a sealed envelope.
Respondent shall mark envelope RFP #2014-01 "CONSULTING SERVICES FOR CITY OF CAPE
CANAVERAL CITY BRANDING INITIATIVE". Respondent's time and return address must be
clearly identified on the outside of the envelope.
These documents constitute the complete set of terms and conditions, specification requirements, and
forms. Any additional information must be attached to this RFP or the respondent may be disqualified.
Respondents shall submit nine (9) complete sets [one (1) original (marked "ORIGINAL"), and eight (8)
copies] of their response, complete with all supporting documentation. Responses submitted by facsimile
or electronically will NOT be accepted. Responses which do not comply with these requirements may be
rejected at the option of the City. It is the respondent's responsibility to ensue that Proposal submittals
are in accordance with all addenda issued. Failure of any respondent to receive any such addenda or
interpretation shall not relieve such respondent from its terms and requirements.
Responses not submitted in the format set forth herein shall be rejected unless otherwise explained in the
response documents. If a Proposer wishes not to submit a Proposal, complete and remm the "NO
RESPONSE" form on pg. 1.
Page 3 of 15
For information concerning procedure for responding to this Request for Proposal (RFP), contact Todd
Morley, Project Manager, at (321) 868-1222 ext. 14. Such contact is to be for clarification purposes only.
Material changes, if any, to the scope of services or respondent procedures will only be transmitted by
written addendum.
All questions about the meaning or intent of the RFP Documents shall be submitted in writing and
directed to the City of Cape Canaveral, 110 Polk Ave. Cape Canaveral, FL 32920, Attention: Todd
Morley, Project Manager. Questions may also be sent via fax at (321) 868-1247 or e-mail at
t.morlev@citvofcmecmaveral.mg. Questions received less than five (5) calendar days prior to the due
date for the responses will not be answered. Only questions answered by formal written addenda will be
binding. Oral and other interpretations or clarifications will be without legal effect and may not be relied
upon by respondent in submitting their response.
ACCEPTANCE AND REJECTION - The City reserves the right to accept in reject any and all responses
and to accept the response which best serves the interest of the City of Cape Canaveral. The City may
award sections individually or collectively, whichever is in its best interest, unless the respondent only
intends to respond for the contract in its entirety.
ASSIGNMENT - Neither the contract nor payment due may be assigned.
AWARD - Award shall be made to the consultant who demonstrates technical capability while most
closely meeting the city's needs according to the criteria designated in the solicitation.
BOARD — As referenced herein, 'Board" shall mean the Cape Canaveral Business and Economic
Development Board.
CONFLICT OF INTEREST - The respondent certifies that this response has not been arrived at
collusively or otherwise in violation of federal, state or local laws. Any purchase order, check requisition
or contract from which any agent, officer or employee of the city or any relative thereof, will realize a
financial gain, directly or indirectly, shall be void.
DISCRIMINATION STATEMENT: An entity or affiliate placed on the Discriminatory Vendor List may
not submit a response for a contract to provide goods or services to a public entity, may not submit a
response on a contract with a public entity for the construction or repair of a public building or perform
any public work, may not submit Proposals fm leases of real property to a public entity, may not award or
perform work as a contractor, supplier, subcontractor, or consultant under any contract with any public
entity, and may not transact business with any public entity.
ECONOMY OF PREPARATION: The responses should be prepared simply and economically, providing
a straightforward, concise description of the respondent's qualifications and ability to fulfill the
requirements of the RFP.
F.O.B. POINT — If necessary, products are to be shipped F.O.B. to the department and address as
identified on Purchase Orders.
INFORMALITIES - The City of Cape Canaveral reserves the right to both waive any minor informality
in responses and to determine, in its sole discretion, whether or not an informality is minor.
INFORMATION AND LITERATURE - Respondents are to famish all infamration and literature
requested. Failure to do so may be cause for rejection.
Page 4 of 15
INVOICES - Invoices should be sent in duplicate to the City of Cape Canaveral, Amounts Payable
Division, 105 Polk Ave. Cape Canaveral, FL 32920. Invoices may also be submitted electronically to
invoices@cirvofcaoecanaveral.org. It is understood and agreed that orders and services shall be shipped
and performed at the established contract prices. Invoicing in variance with this will subject the contract
to cancellation.
NON-DISCRIMINATION - The successful respondent will comply with all federal and state
requirements concerning fair employment and will not discriminate by reason of race, color, age, religion,
sex, national origin or physical handicap.
PATENTS AND COPYRIGHTS - The respondent will agree to hold harmless the City of Cape
Canaveral, its officers, agents and employees from liability of any kind, including cost and expenses, with
respect to any claim, action, cost orjudgment for patent or copyright infringements.
PAYMENTS - Upon acceptance of work by the using department of the City, employees and others, the
City shall make payment to the Contractor in accordance with the Florida Prompt Payment Act, Section
218.70, Florida Statutes. The City reserves the right, with justification, to partially pay any invoice
submitted by the Contractor when requested to do so by the using City department. All invoices shall be
directed to the Accounts Payable Section, City of Cape Canaveral, 105 Polk Ave. Cape Canaveral, FL
32920. Invoices may also be submitted electronically to invoices@ckyofcanecan iveral ore.
PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the Convicted Vendor List
following a conviction for a public entity crime may not submit a response on a contract to provide any
goods or services to a public entity, may not submit a response on a contract with a public entity for the
construction or repair of a public building or perform any public work, may not submit a response for
leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity, and may not transact business with
any public entity in excess of the threshold amount provided in Section 287.017 Florida Statutes, for
CATEGORY TWO for a period of 36 months from the date of being placed on the Convicted Vendor
List.
PUBLIC RECORDS: Florida law provides that municipal records shall at all times be open for personal
inspection by any person. Section 119.01 P.S., The Public Records Law. Information and materials
received by the City in connection with an RFP response shall be deemed to be public records subject to
public inspection upon award, recommendation for award, or 30 days after opening, whichever occurs
first. However, certain exemptions to the public records law are statutorily provided for in Section 119.07,
F.S. If the respondent believes any of the information contained in his or her response is exempt from the
Public Records Law, then the respondent must in his or her response, specifically identify the material
which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the City will treat
all materials received as public records.
RFP REVIEW COMMITTEE - As referenced herein, the "RFP Review Committee" shall mean the
Chairman of the Cape Canaveral Business and Economic Development Board, the Chairman of the City
of Cape Canaveral Community Redevelopment Agency, the City's Community and Economic
Development Director, the City's Planning and Zoning Director, and one member of the City's
Administrative Services Department.
SEVERABILITY — The invalidity of unenforceability of any particular provision of this RFP shall not
affect the other provisions hereof and this RFP shall be construed in all respects as if such invalid or
unenforceable provision was omitted.
TAX EXEMPTIONS - The City of Cape Canaveral is tax exempt. The City of Cape Canaveral's tax-
exempt number is 85-8012739654C-0.
Page 5 of 15
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner its obligations under this Agreement, or if the Contractor shall violate any of the
provisions of this Agreement, the City may, upon written notice to the Contractor, terminate the right of
the Contractor to proceed under this Agreement, or with such pan or parts of the Agreement as to which
there has been default, and may hold the Contractor liable for any damages caused to the City by reason
of such default and termination. In the event of such termination, any completed services performed by
the Contractor under this Agreement shall, at the option of the City, become the City's Property and the
contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction
of the City. The Contractor, however, shall not be relieved of liability to the City for damages sustained
by the City by reason of any breach of the Agreement by the Contractor, and the City may withhold any
payments to the Contractor for the purpose of setoff until such time as the amount of damages due to the
City from the Contractor can be determined.
TERMINATION FOR CONVENIENCE: The City reserves the right, in its best interest as determined by
the City, in its sole discretion, to canoe] the contract by giving written notice to the Contractor thirty (30)
days prior to the effective date of such cancellation.
TIME FOR CONSIDERATIONS - Proposals will be irrevocable after the time and date set for the
opening of Proposals and for a period of ninety (90) days thereafter.
TRADE SECRETS - Respondents should not send trade secrets. If, however, trade secrets are claimed by
any respondent, they will not be considered as trade secrets until the City is presented with the alleged
secrets together with proof that they are legally trade secrets. The City will then determine whether it
agrees and consents that they are in fact trade secrets. If a respondent fails to submit a claim of trade
secrets to the City before obtaining the City's agreement, any subsequently -claimed trade secrets will be
treated as public records and will be provided to any person or entity making a public records request for
the information (F.S. 119.01).
ADDENDUM AND AMENDMENTS TO REQUEST FOR PROPOSAL: If it becomes necessary to
revise or amend any part of this Request for Proposal, the City will furnish the revision by written
Addendum to all prospective respondents who are recorded with the City as having received an original
Request for Proposal.
COMMITTEE MEETINGS/PRESENTATIONS INFORMATION: The Notice of Committee
Meetings/Presentations is posted at least seventy-two (72) hours in advance of such
meetings/presentations. Proposers are responsible to check the following locations for updates on this
proposal's status: on the bulletin board located outside the building in front of the main lobby of the City
Hall building at 105 Polk Ave. Cape Canaveral, FL 32920; or on the City's Web Page
hitp://www.cityofcapecmaveral.org, under the Economic Development Department.
COOPERATIVE AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: The submission of this
response to the Request for Proposal constitutes a contractual agreement, at the option of the awarded
contractor, for the same prices, terms and conditions, to other governmental and quasi -governmental
agencies, political subdivisions, counties and cities at the agreement of both parties.
INDEMNIFICATION STATEMENT — By submitting a response document signed by an authorized
agent of the respondent, respondent acknowledges and accepts the terms and conditions of the following
Indemnification Statement in the event of contract award:
"For other and additional good and valuable consideration, the receipt and sufficiency of
which is hereby acknowledged, the Contractor shall indemnify, hold harmless and defend
Page 6 of 15
the City of Cape Canaveral, its officers, agents, officials, representatives, employees and
the City of Cape Canaveral Community Redevelopment Agency its officers, agents,
officials, representatives, employees (hereinafter the "City") against any and all liability,
loss, cost, damages, expenses, claim or actions, of whatever type, including but not
limited m attorney's fees and suit costs, for trial and appeal, which the City may hereafter
sustain, incur or be required to pay, arising out of, wholly or in part, or due to any act or
omission of Contractor, its agent(s), vendors, contractors, subcontractor(s),
representatives, servants, or employees in the execution, performance or non-
perfomtance or failure to adequately perform contractors obligations pursuant to this
contract."
LIMITATION OF LIABILITY STATEMENT — By submitting a response document signed by an
authorized agent of the respondent, respondent acknowledges and accepts the terms and conditions of the
following Limited Liability Statement in the event of contract award:
"The CITY desires to enter into this Agreement only if in so doing the CITY can place a
limit on the CITY's liability for any cause of action arising out of the Agreement, so that
the CITY's liability for any breach never exceeds the sum of $100. For other good and
valuable consideration, the receipt and sufficiency of which is hereby acknowledged,
CONTRACTOR expresses its willingness to enter into this Agreement with the
knowledge that the CONTRACTOR's recovery from the CITY to any action in claim
arising from the Agreement is limited to a maximum amount of $100 less the amount of
all funds actually paid by the CITY to CONTRACTOR pursuant to this Agreement.
Accordingly, and notwithstanding any other term or condition of ibis Agreement that
may suggest otherwise, CONTRACTOR agrees that the CITY shall not be liable to
CONTRACTOR for damages in the amount in excess of $100, which amount shall be
reduced by the amount actually paid by the CITY to CONTRACTOR pursuant to this
Agreement, for any action or claim arising out of this Agreement. Nothing contained in
this paragraph or elsewhere in this Agreement is in any way intended either to be a
waiver of the limitation placed upon the CITY's liability as set forth in Section 768.28
Florida Statutes, or to extend the CITY's liability beyond the limits established in said
Section 768.28 Florida Statutes; and no claim or award against the CITY shall include
attorney's fees, investigative costs, expert fees, suit costs or prejudgment interest."
PROPOSER EXPENSES - No out -of -scope services shall be provided in the absence of prior, written
authorization in the form of a written supplemental agreement and issuance of an appropriate amendment
to the contract. The City will not pay a retainer or similar fee. The City is not responsible for any
expenses that respondent may incur in preparing and submitting responses called for in this request. The
City will not pay for any outof-pocket expenses, such as word processing; photocopying; postage; per
diem; travel expenses; and the like, incurred by the respondent. The City will not be liable for any costs
incurred by the respondent in connection with any interviews/presentations (i.e., travel, accommodations,
etc.).
REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION: The respondent shall furnish such
additional information/clarification as the City may reasonably require. This includes, but is not limited
to, information that indicates financial resources as well as the ability to provide and maintain the services
requested. The City reserves the right to make investigations of the qualifications of the respondent as it
deems appropriate including, but not limited to, a background investigation of service personnel.
REQUEST FOR MODIFICATION: The City reserves the right to negotiate a final agreement with the
top ranked respondent(s) to more fully meet the needs of the City.
Page 7 of 15
TERMS: The contract period shall reflect that amount of time necessary to perform the work and will be
negotiated and finalized prior to award and Notice to Proceed.
The Certificate of Insurance shall be made to the City of Cape Canaveral, 105 Polk Ave. Cape Canaveral,
FL 32920 and shall reference the City of Cape Canaveral / City of Cape Canaveral Community
Redevelopment Agency Branding Initiative. The Certificate of Insurance shall time the City of Cape
Canaveral and the City of Cape Canaveral Community Redevelopment Agency as an additional insured.
Prior to renewal, non -renewal, cancellation, or change or modification of any insurance policy, at least 30
days advance written notice shall be given to the City of Cape Canaveral.
All Certificates of insurance shall be approved by the Project Manager Prior to the commencement of any
work. Minimum coverage with limits and provisions are as follows:
COMMERCIAL GENERAL LIABILITY INSURANCE MINIMUM REQUIREMENTS FOR
CONTRACTS VALUED AT LESS THAN $15,000:
It is required that individuals and firms contracting with the City of Cape Canaveral, where the total
contract or job value is LESS than $15,000, maintain Commercial General Liability insurance with a
minimum per occurrence limit of not less than $200,000 and with a deductible amount not greater than
$1,000. It is further required that the City of Cape Canaveral be named as an additional insured to the
contractor's CGL policy, and that proof of same in the form of a certificate of insurance be submitted
before work is begun.
COMMERCIAL GENERAL LIABILITY INSURANCE MINIMUM REQUIREMENTS FOR
CONTRACTS VALUED AT $15,000 OR MORE:
It is required that individuals and firms contracting with the City of Cape Canaveral, when the total
contract or job value is $15,000 or MORE, maintain Commercial General Liability insurance with a
minimum per occurrence limit of not less than $1,000,000 and with a deductible not greater than $1,000.
It is further required that the City of Cape Canaveral be named as an additional insured to the contractor's
CGL policy, and that proof of same in the form of a certificate of insurance be submitted before work is
begun.
AUTOMOBILE LIABILITY INSURANCE MINIMUM REQUIREMENTS FOR ALL
CONTRACTS:
It is required that individuals and rums contracting with the City of Cape Canaveral who own licensed
motor vehicles that will be utilized in connection with any City contract or job maintain automobile
liability insurance and submit proof of same in the form of a certificate of insurance before work is begun.
It is further required that individuals and firms contracting with the City of Cape Canaveral who lease,
rent, or borrow licensed motor vehicles that will be utilized in connection with any City contract or job be
required to maintain non -owned or hired automobile liability insurance and submit proof of same in the
form of a certificate of insurance before work is begun.
PROFESSIONAL LIABILITY INSURANCE MINIMUM REQUIREMENTS FOR ALL
PROFESSIONALS AS DEFINED BY FLORIDA STATUTE:
Professionals and professional corporations, associations, and firms who contract with the City of Cape
Canaveral to provide professional services are required to maintain Professional Liability Insurance and
submit proof of same in the form of a certificate of insurance before work is begun.
Page 8 of 15
WORKERS' COMPENSATION INSURANCE MINIMUM REQUIREMENTS:
It is required that firms employing four or more people who contract with the City of Cape Canaveral
maintain WorkersCompensation Insurance at the statutory limits and employer liability insurance and
submit proof of same in the form of a certificate of insurance before work is begun.
It is required that firms employing less than four people who contract with the City of Cape Canaveral
comply with the exemption and notice provisions of F.S. 440 and maintain employer liability insurance
and submit proof of same in the form of a certificate of insurance before work is begun.
SECTION II
GENERAL INFORMATION
The City of Cape Canaveral is requesting Proposals from qualified consulting firms.
The consulting firm selected will serve as the City's general consultant for its City of Cape Canaveral
Branding Initiative including, but not limited to, the services described below in the Scope of Services.
A. Purpose
The City requests proposals by qualified firms to research, create, and develop an implementation plan for
a CITY BRANDING INITIATIVE for the City. Responses to this Request for Proposal (RFP) will
provide the City with the information required to assess, evaluate, and select a consultant based on: prior
experience, qualification, methodology and approach, and work performed in similarly sized
communities. It is important to note that this is a City branding initiative rather than an initiative to brand
any one agency or entity. Proposers should be aware that this initiative is a priority for the City and that a
budget of $30,000.00 has been set. This RFP does not include any modification to the Official City Seal
of the City of Cape Canaveral, FL.
The primary goals/objectives to be achieved by the City Branding Initiative include but are not limited to:
• Uniformity - The brand should convey a common message and image to audiences both within and
outside the City of Cape Canaveral.
• City Identity/Pride — Identify and promote what makes the City of Cape Canaveral distinct and
appealing in a nationally and regionally competitive environment for investors, businesses, retailers,
tourists, visitors, and residents.
• Tourism, Trade, and Economic Development Promotion — Promote a healthy economy, attract
private investment, new residents, and retain key businesses and creative talent. A defined message
that will market the City of Cape Canaveral locally, statewide, nationally, and internationally as a
great place to live, work, and play; the right place for development, redevelopment and investment;
the perfect mix for a residential and business -friendly City; and a preferred destination place for
tourists and visitors.
• Flexibility - The brand must be flexible and adaptable in order to meet the needs of a variety of
Departments and municipal functions within the City as well as groups and businesses within the City
in their specific marketing initiatives, while maintaining consistency with the overall brand.
• Endorsement - The brand must be authentic and resonate with citizens, businesses, and City groups
within the City of Cape Canaveral in order to gain the broadest possible support for the initiative.
Page 9 of 15
B. Qualifications
The consultant should specialize in project management, research, marketing, and creative design as it
relates to development of a City brand. To be eligible to respond to the RFP, the consultant must
demonstrate that it is a firm with experience in branding initiatives and preference will be given to those
firs that have experience with City branding initiatives for a population of less than 20,000.
The City desires to issue a contract to a single qualified Firm to lead the Project. Notwithstanding,
proposals based on a consortium approach where more than one fir will provide support widen a
consulting team will be considered.
C. Background
World-wide, the City of Cape Canaveral ("City") is generally perceived as a technological hub due to its
proximity to and long association with the world's most famous space exploration launch facilities.
Associated themes include rocket science, the brightest minds, innovation and discovery in the final
frontier. The area also benefits from four distinct types of transportation ports, including the Kennedy
Spaceport, Port Canaveral, Space Coast International Airport, and several rail -based interodal yards.
It is located on a barrier island along the Atlantic Ocean approximately midpoint between Miami and
Jacksonville and is slightly over 50 miles east of Orlando. This 1.9 square -mile beach and coastal City is
bounded on the west by the Banana River Aquatic Preserve, on the north by Port Canaveral, on the east
by the Atlantic Ocean, and on the south by the City of Cocoa Beach. Its location also means that the City
is at integral part of the vibrant vacation and residential character of the central beaches area of Brevard
County.
The goal of the City Branding Initiative is to enhance the City image, increase overall awareness and
positive perception of the City, and engage the residents and businesses in the City in a campaign to
market the City internally and externally as a vibrant, attractive City in which to live, work, play, learn,
invest and visit.
D. Services Required
Project Management — The consultant(s) will lead all aspects of The City of Cape Canaveral City
Branding Initiative to include the following:
1. Advisor to the City of Cape Canaveral Committee.
2. Facilitator during the research process and testing of the new brand.
3. Develop project timeline.
4. Research — Research will be the basis for the development of a brand concept, creative elements
and the overall brand initiative. The consultant will create and implement a brand research plan
which may include qualitative and quantitative research to identify the following:
• List of key stakeholders, groups, or influential individuals, as well as a cross section of
citizens and business owners in the city and not excluding those from outside the City that
have a vested interest in the branding initiative and need to be involved in the process.
• The key elements of the City of Cape Canaveral's current story, future vision, history and
overall identity.
Page 10 of 15
• Analysis of current efforts and existing creative elements such as logos, tag lines, and
creative designs.
• Analysis of competitor marketing strategies.
• Metrics that will be used to determine if the branding effort is successful.
5. Strategic Plan — The consultant will develop strategic objectives that will include
implementation, management and ongoing promotion of the brand to include but not be limited
to the following:
• Promotion of the use of the brand among many City agencies, groups and businesses while
maintaining brand integrity.
• Maintenance and consistency of brand image and messaging while providing suitable
flexibility for the target audiences of the participating agencies.
• Recommendation of ways to articulate the brand; define markets and promotional avenues;
and advise on strategies to better promote and create brand awareness.
6. Creative/Development of Brand — The consultant will develop creative elements which will
include design concepts, logos, messages, tagline, and other products to support the overall
brand initiative. Distinct creative options must be presented, based on the results of the
research. The selected logo design will be delivered with a style manual and guidelines for
use and the capability of use in the following:
• Print and electronic advertising
• Web site design
• Media placement
• Public Relations
• Events
• Templates
• Social Media
Z Implementation Plan — The consultant will develop an action plan for implementation of the
brand in sufficient detail to allow the Committee to understand the approach and work plan. The
Plan should include but not be limited to the following:
• Estimated costs/budget associated with the implementation process.
• Proposed timeline for all phases through implementation.
• Recommended positioning logo and brand guidelines.
• Implementation plans for brand identity applications and brand identity maintenance plan.
Critical to the success of the Plan is its usability. It has to be written with clarity and precision.
It has to carry clear and coherent instructions. The Plan must exhibit an understanding of the
needs of its audience while keeping in mind the resources and assets of the parties that will be
responsible for its implementation.
8. Evaluation Plan The consultant will develop a plan for ongoing evaluation of the brand's
effectiveness and reporting of results of the strategy to the City.
MINIMUM RESPONDENT REOUIREMENTS
One (1) original Proposal package and eight (S) copies must be submitted.
Page 11 of 15
The City reserves the right to reject any or all Proposals or any portion thereof, with or without cause, to
waive technical errors and informali0es, and to accept the firm which, in its judgment will best serve the
City.
Qualified firms wishing to respond to this RFP must provide all services described in this document,
whether directly or through sub -consultants. The City reserves the right to approve or disapprove any sub -
consultants. This does not, however, limit the use of qualified sub -consultants.
The successful respondent will appoint one of its employees as the key contact for approval by the City's
Project Manager.
It is the City's belief that the service required is adequately described herein. Therefore, any negotiated
contract which may result from this RFP must include the entire effort required of the respondent to
provide the service described. Specifically, no additional fees shall be allowed for any additional services
performed for any reasons whatsoever except those directly attributable to the City's errors or omissions.
A provision to this effect shall be included in any negotiated contract.
SECTION III
PROPOSAL SUBMITTA
For the response to be considered, one (1) original marked "ORIGINAL", and eight (8) copies of the
proposal must be received by the City on or before 3:00 P.M. 06/10/14. Respondents must include the
following information and should use the following format when compiling their responses. Sections
shall be tabbed and labeled; pages shall be sequentially numbered at the bottom of the page.
Title Page: Title Page shall show the Request for Proposal subject, title and proposal number; the firm's
name; the name, address and telephone number of a contact person; and the date of the proposal.
Cover Letter: The response shall contain a cover letter signed by a person who is authorized to commit
the Offeror to perform the work included in the RFP and should identify all materials and enclosures
being forwarded in response to the RFP.
Table of Contents: The Table of Contents shall provide a listing of all major topics, their associated
section number, and starting page.
Executive Summary: The Executive Summary section of the submittal shall be limited to five (5)
typewritten pages. The purpose of the Executive Summary is to provide a high-level description of the
Proposer's ability to meet the requirements of the RFP.
General Information: The General Information section of the submittal shall be limited to two (2)
typewritten pages. The purpose of the General Information section is to provide a brief discussion of
proposer's business history and current purpose/function in the marketplace.
Summary of Qualifications: The Summary of Qualifications section of the submittal shall be limited to
twenty (20) typewritten pages. Indicate the Proposer's background in providing these services to
governmental entities. Provide a listing of comparable client references that are using, or have used, the
Proposer's professional services, (i.e., client name, address, telephone number, contact person and length
of time service was provided). Indicate specifically the members of the firm who will have primary
responsibility for the City's contract. Also indicate all key individuals and their tasks and/or areas of
expertise.
Page 12 of 15
Resumes and Attachments: Resumes, examples of creative work, and additional information which the
Proposer feels will assist in the evaluation should be included.
Additional Required Proposal Submittal Materials: Reference Sheets, Copy of Sample Contract,
Addenda, Acknowledgements, Questionnaires, Agreements, etc.
References: Contractor shall provide a minimum of three references for which they are currently or have
provided this type of servicelcommodity. The former for the three references shall he as follows:
Company Name_
Contact Name and
Phone Number (— _, _ _ _ _ _ _ _
Nature of work performed, duration of contract, and amount of contract.
Start Date:
Completion Date:
CjDO 1�111]0WA
REQUEST FOR PROPOSAL TIME LINE
The anticipated schedule for this RFP is as follows:
Issue Date
Advertised
Deadline for Questions
Responses/Addendum Issued
Submission Deadline
Short Inst Created
Interviews/Presentations
Final Selection
City Council Consideration
Contract Award
EVALUATION PROCEDURE
05/28/14
05/27/14 & 05/29/14
06/05/14
06/06/14
06/10/14 @ 3:OOPM
06/13/14
Week of 06/23/14
Week of 06/30/14
07/15/14
07/15/14
All responses will be subject to a review and evaluation process as oudined in this Section. It is the intent
of the City that all consultants responding to this RFP who meet the requhements shall be ranked in
accordance with the criteria established in this Section. The City will consider all qualified responses
received in its evaluation and award process.
The City's evaluation criteria will include consideration of, but will not be limited to the following:
Page 13 of 15
1. Responsiveness of the consultant related to the Scope of Work;
2. The ability, capability and skill of the consultant to perform the contract;
3. The quality, availability and adaptability of the supplies or contractual services to the particular
use required;
4. The ability of the Proposer to provide future service related to the contract
5. The sufficiency of the financial resources and ability of the consultant's personnel to perform the
contract or service;
6. Whether the consultant has performed similar contracts within the time specified, without delay or
interference;
7. Consultant must show previous experience with City branding initiatives, if applicable;
8. The character, integrity, reputation, judgment, experience and efficiency of the consultant;
9. The quality of performance of previous contracts;
10. The previous and existing compliance by the Proposer with laws and ordinances relating to the
scope of services;
11. The number and scope of conditions attached to the response;
12. Cost of consultant services to prepare materials outlined in Section Il, Paragraph D "Services
Required";
13. Responsiveness and quality of client references; and
14. Such other information as may be secured.
CRITERIA
The following represent the Principal Selection Criteria (and possible points) which will be considered
during the evaluation process. Should a firm not meet the three "Mandatory Elements," its proposal will
be subject to disqualification. Finns meeting all of the Mandatory Elements will have their proposals
evaluated and scored for qualifications.
I) Mandatory Elements
a) The firm has the authority to execute the contract and complies with all applicable Federal, State
and Local Laws (yes/no).
b) The firm has no conflict of interest with regard to any other work performed by the firm for the
City of Cape Canaveral (yes/no).
c) The firm adheres to all instructions in this Request For Proposal (yes/no).
2) Principal Selection Criteria
Qualified Responses will be reviewed for demonstration of the following minimum experience and
qualifications:
a) Do the individuals assigned to the project have experience on similar projects (10 pts.)?
b) Are resumes complete and accurate and do they demonstrate backgrounds that would be desirable
for individuals engaged in the work the project requires (10 pts.)?
c) How extensive is the applicable education and experience of the personnel designated to work on
the project (5 pts.)?
d) How knowledgeable we the Proposei s personnel of the Cape Canaveral/Space Coast area and
how any individuals assigned to this project have worked in this area previously (5 pts.)?
e) How well has the fora demonstrated experience completing similar projects on time and within
budget (10 pts.)?
I) The nature of feedback from previous client references (10 pts.).
Review Ml - Individual members of the City of Cape Canaveral Business and Economic Development
Board (Board) will score and rank all complete proposals to determine the three (3) highest ranked firms
Page 14 of 15
("Finalists'l. The average score of the individual members of the Board will be used to determine the
three (3) highest ranked firms ("Short list"). A total of 50 points is possible during this phase of the
selection process. Scoring of the proposals will be based upon the "Principle Evaluation Criteria" as
outlined above and contained in the Scoring Worksheet attached hereto (see Appendix A).
Review M2 — The Committee will notify the Finalists at least twenty one (21) calendar days in advance of
the date and time of the second review. The second review will be limited to the Finalists identified in
Review fl. This second review will be conducted by the RFP Review Committee and will include oral
interviews and an opportunity for the Finalists to make a presentation. Such interviews and presentations
will be voluntary and will provide the Finalists an opportunity to demonstrate their ability in
communicate effectively, efficiently, and to showcase their creative abilities. Scoring will be based upon
the "Principle Evaluation Criteria" as outlined above and contained in the Scoring Worksheet attached
hereto (see Appendix A). A total of 50 points is possible during the second review. Points will not be
awarded in the second review should a Finalist elect not to make a presentation. The interviews and
presentations will be open to the public.
The total of the first review and the second review shall be used to determine a final score — for a total
possible score of 100 points.
The Committee will allot equal time for each Finalist, divided into three sequential parts: 1) presentation
(30 minutes); 2) questions and answers (10-15 minutes); and, 3) open discussion (10-15 minutes).
Oral intervlews/prewntations will provide an opportunity for the Finalists to demonstrate their ability to
communicate efficiently, effectively and economically, and to showcase their creative abilities. The times
allotted are maximums and no firm will be penalized for using less than the allotted time.
The RFP Review Committee scores will be tabulated to determine the selected Branding Firm. The
selected Firm will be notified within 7 days.
Contract negotiations will subsequently take place with the top ranked firm. Should an acceptable
contract (at the City's sole discretion) not be reached with the top ranked firm, negotiations with the
second ranked firm will commence, and so on. Once an acceptable contract is negotiated it shall be
submitted to the City Manager for approval or denial.
Page 15 of 15
1
Bran ing Bi=u%ion SWMS W 71114
VNnb PmWryq:Taul�n
Yr91e
M+u10ee��MM1ie. Cltino a
ONrstle
Jlm Maeaml
50 275
3]5 37
335
d0
Slienon
23
% 16
11
b
Omer
3
19 29
5
35
BB
3]
13 %
31
11
q9
42
21
gvaage Score
%5
%.3
m
39.4
O
(��1.2
`/
0
1
5-e, w J
JYV\
vC
TF
AS
S 15
Yj'�S�IL
3
�
i
4o
a q
35
3b
it
41
4s
lb
5W 44 Wk4srco-
33.S 37.S k,
S �' X19 i10
Il' -1. S 132.5
X32. S
.?(.s ?Z 9
3Z
7°
1
� Seen
1 �
"-
0
m
rp
MT
9
a
9
e
i
�mm
i
s
v
Lc
t
9
e
i
O
m
w
z
A
I
O
N
A
r
�
m
3
J
m
d
2
Oy
N
A
a
v
a
m
m
}n
q
p
a
h
T
=
a
E
a
n e z
M.
N it
IA
a
O
7
Z
m
m
m
A
3
3
�
r
m
?1
m
B
m
\
its
m
a
OR
9
A
6
�
�
y
m
3
1
9
A
6
0
m
m
a
6
°n
°•
�
Y
P
a
6
e
m
a
6
9
m
6
Oy
y
T
a
6
I
F
A
6
9
O
6
o
4
Ti
a
i
9
6
�l
h1
�
m
3
i
9
6
MT
4
J
�v7J T+M^'1
�7b
F
a
6
Susan Juliano
From: David Dickey
Sent: Tuesday, June 17, 2014 4:37 PM
To: Susan Juliano
Subject: FW: Shannon's Review of Branding Applicants - June 17, 2014
fyi
From: C.Shannon Roberts rmailto�csroberts@c I rr tom]
Sent: Tuesday, June 17, 2014 2:13 PM
To: Todd Morley; David Dickey
Subject: Shannon's Review of Branding Applicants - June 17, 2014
Todd and Dave,
Please find below the results of my review of the Branding applicants, including scores and notes.
Particularly challenging were the scores associated with references, which we were not able to check before our
review. 1 did the best I could in assigning scores based on the narrative provided by the respective applicants in
the reference section of the application.
Please let me know if you have any questions or need anything else.
Best regards,
Shannon
321-615-1855(Cell)
1. Chisano
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 2
b. 5
c. 2
d. 0
e. 2
f. 5
Total: 16
Notes: Lots of generalities in write-up; vague; content poor, lots of words with few specifics; not clear what
they will do for Cape Canaveral; fragmented; not much, if any, municipal branding experience
2. Prismatic
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a.8
b. 8
c. 3
d. 5
e. 8
f. 8
Total: 40
Notes: Impressive municipal branding experience with Downtown Orlando project (DTO) and Central Florida
branding initiatives. Good strategic questions (p. 3) CEO Stephanie will personally lead project; work has been
done in the context of Orlando CRA. Potential synergy with Orlando effort. Spoke with Matt Taylor (strategic
planning consultant with Port Master Plan at the State of the Port meeting June 16, 2014, and he had very good
things to say about Prismatic and Stephanie. Said they were municipal focused, sensitive to needs and interests
of community, and have a good reputation for results -focused work.
3. Prototype: Tourism
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 5
b. 5
c. 3
d. 2
e. 3
f. 5
Total: 23
Notes: Tourism focus; not systemic; no customization for Cape Canaveral evident; like planning continuum
and schedule
4. Switch Creatives
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 2
b. 2
c. 2
d. 0
e. 2
f3
Total: 11
Notes: Minimal branding experience; Pennsylvania connection; do not see any strategic approach to the
contract; minimal evidence they are familiar with the City; no customization of work to be done with us.
5. Whitespace Live, Inc.
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 8
b. 8
c. 3
d. 5
e. 8
f. 5
Total: 37
Notes: Write-up addresses Cape Canaveral; however, looks at City from business and tourism perspective with
no mention of residents; has AAA and other significant corporate experience. Like the strategic approach to
include City staff, stakeholders, and residents; Like positioning model for approach (p. 4); twmpehensive
approach; major national clients.
Florida has a very broad public records law. As a result, any written communication created or received by the
City of Cape Canaveral officials and employees will be made available to the public and/or media upon request,
unless otherwise exempt. Under Florida Law, email addresses are public records. If you do not want your email
address released in response to a public -records request, do not send electronic email to this entity. Instead,
contact our office by phone or in writing
Florida has a very broad public records law. As a result, any written communication created or received by the
City of Cape Canaveral officials and employees will be made available to the public and/or media upon request,
unless otherwise exempt. Under Florida Law, email addresses are public records. If you do not want your email
address released in response to a public -records request, do not send electronic email to this entity. Instead,
contact our office by phone or in writing
C. Shannon Roberts <csrobens@cfi.rr.com>
Shannon's Review of Branding Applicants - June 17, 2014
June 17, 2014 2:12:54 PM EDT
Todd Morley <T.Morley@cityofcmpecanaveral.org>, David Dickey<d.dickey@cityoicapecanaveral.org>
Todd and Dave,
Please find below the results of my review of the Branding applicants, including scores and notes.
Particularly challenging were the scores associated with references, which we were not able to check before our review. I did the
best I Could in assigning scores based on the narrative provided by the respective applicants in the reference section of the
application.
Please let me know if you have any questions or need anything else.
Best regards,
Shannon
321-615-1855 (Cell)
1. Chisam
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 2
b. 5
c. 2
d. 0
e. 2
1. 5
Total: 16
3
V P.
Notes: Lots of generalities in write-up; vague; content poor; lots of words with few specifics; not Clear what they will do for Cape
Canaveral; fragmented; not much, 0 any, municipal branding experience
P. Prismatic
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 8
b. 8
c. 3
d. 5
e. 8
f. 8
Total: 40
Notes: Impressive municipal branding experience with Downtown Orlando project (DTO) and Central Florida branding initiatives.
Good strategic questions (p. 3) CEO Stephanie will personally lead project; work has been done in the context of Orlando CRA.
Potential synergy with Orlando effort. Spoke with Matt Taylor (strategic planning consukant with Port Master Plan at the State of the
Port meeting June 16, 2014, and he had very good things to say about Prismatic and Stephanie. Said they were municipal
focused, sensitive to needs and Interests of community, and have a good reputation for resuas-focused work.
3. Prototype: Tourism
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 5
b. 5
c. 3
d. 2
e. 3
CANDIDATE PETITION
Note.
• All information on this form, including yoursignamre, becomes a public record upon receipt by the Supervisor of Elections.
• Under Florida 1". it is a first degree misdemeanor, punishable as provided ins. 775.082 or s. 775.083, Florida Statutes, to
knowingly sign more than one petition for a candidate, a minor political party, or an issue. [Section 104.185, Florida
Statatesj
• Ifall requested information on this form is not completed, the form will not be effective as a Candidate Petition Form.
the undersigned, a registered voter
(Please print name as it appears on voter information card)
in said state and county, petition to have the name of C. Shannon Roberts
placed on the Primary / General Election Ballot as a: ® Party Democrat
(Name of political party)
❑ Nonpartisan ❑ No Party Affiliation (formerly independent)
Candidate for the office of: United States House of Representatives, Congressional District 75
(include district, circuit, group, seat number, if applicable)
Data of Birth Voter Registration Number Residence Address
or
city county statFL zip coda
Signature of Voter Date Signed (to be completed by
Voter)
Information in the toren above will be turned into your county Supervisor of Elections.
Information below the line is for the Shannon Roberts for Congress campaign's use only.
For your petition to be valid, you must include your printed name, date of birth or voter registration number,
residential address, city, county, state and Zip Code. You must also sign and date the form.
Completed petitions should be mailed to:
Shannon Roberts for Congress
P.O. Box 155
Cape Canaveral, FL 32920
E-mail
Phone Number
❑ 1 will donate to Shannon's campaign!
❑ 1 will volunteer for Shannon's campaign!
Paid for by Shannon Roberts for Congress
f. 5
Total: 23
Notes: Tourism focus; not systemic; no customization for Cape Canaveral evident; like planning continuum and schedule
4. Switch Creatives
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 2
b. 2
c. 2
d. 0
e. 2
f. 3
Total: 11
Notes: Minimal branding experience; Pennsylvania connection; do not see any strategic approach to the contract; minimal evidence
they are familiar with the City; no customization of work to be done with us.
S. Whlteepece Live, Inc.
1. Mandatory Elements (determined by staff)
2. Experience and Qualifications
a. 8
b. 8
c. 3
d. 5
e. 8
1. 5
Total: 37
Notes: Write-up addresses Cape Canaveral; however, looks at City from business and toudsm perspective with no mention of
residents; has AAA and other significant corporate experience. Like the strategic approach to include City staff, stakeholders, and
residents; Like positioning model for approach (p. 4); compehensive approach; major national clients.
CANDIDATE PETITION
,Note:
• All information on this form, including your signature, becomes a public record upon receipt by the Supervisor of Etections.
• Under Florida law, it is a first degree misdemeanor, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes, to
knowingly sign more than one petition for a candidate, a minor political parly, or an issue. [Section 104.185, Florida
Statutes]
• If all requested information on this form is not completed, the farm will not be effective as a Candidate Petition Form.
r• the undersigned, a registered voter
(Please print name as it appears on voter information card)
in said state and county, petition to have the name of C. Shannon Roberts
placed on the Primary /General Election Ballot as a: ® Party Democrat
(Name of political party)
❑ Nonpartisan ❑ No Party Affiliation (formerly independent)
Candidate forthe office of: United States House of Representatives Congressional District 15
(Include district, circuit, group, seat number, if applicable)
Date of Birth Voter Registration Number Residence Address
or
Cay County Sta FL Zlp Code
Signature of Voter Date Signed Ito be completed by
Voter)
Information in the form above will be turned into your county Supervisor of Elections.
Information below the line is for the Shannon Roberts for Congress campaign's use only.
For your petition to be valid, you must include your printed name, date of birth or voter registration number,
residential address, city, county, state and Zip Code. You must also sign and date the form.
Completed petitions should be mailed to:
Shannon Roberts for Congress
P.O. Box 155
Cape Canaveral, FL 32920
E-mail
Phone Number
❑ I will donate to Shannon's campaign)
❑ 1 will volunteer for Shannon's campaign)
Paid for by Shannon Roberts for Congress
d
a'
o
Y 4
� 3
:. aq
� � y
'm
u a
S
3 �
g
q9q
v
m
_
C
m
S�a
e�
Ex° ya
U
.$a E
°
aV
E
°
v'C
'D
7 � ✓�
w � ya � p, �i .?
c
°5
v
E •
e
o
�$ 033i�3°
a
q
`o o
K❑
L'SS
W
x
wd^ma v6 dC
a
z z o
H
Labo�la� (2F P
tit P -7e
Pcd-d.ey- d°`
M x �9
d 6
a v x
�O 3
m 0.A O
an
3 a o x E
V u
u Ate. 6 'gv o
V C aV Y g
A Tv +J n
Gam'
Ys 2.
✓J •O O 6
x
d
2 ;5 2
aSO4,
9V.
o
oMz orb 9 �xF�
v a 9A EG'o aHv6
T D 7 y W S W p y u O
( x xL B x�10
g�
, yv
� v pd '5:
p
fi W opn� p�c ,cc cv,9 �E+u�`y3�
ii W G ad vFL F "'F$6 CgTS 3541
e `e 'm
4 ima^o u'i&roc vv mG`
W
O
z
e
K
a
O
H
a
K
i
a
9i
•^I
I
V'
L
SO
a
w
v
0
o
w
A
W
d
a
�
Z
Z
C
U
sano rri,6^,a7r,L I TIM(G'F
,Rn re
T� 2� 2
rvia r D O D I
Da,,e 3 &
-7)L- I
34
f—
M
P,
O
x
I
e
E
a
T U
o
v
3
u
pyo
q9pp 5�
vh o i9
X
VCp G
S°'1
yu
J
in
w
°
o
d $ W
L T G
N^
gyW
lplo
�s1
��J3d5
W0VO
`
lld-za
e
n$G��yy>
ebo So
o
W
w
°
a
v
3
u
pyo
q9pp 5�
vh o i9
X
VCp G
S°'1
yu
in
w
°
o
d $ W
L T G
N^
gyW
lplo
�s1
��J3d5
W0VO
`
lld-za
�$O_SV
n$G��yy>
ebo So
W
n
d
i
a
`o
E
43
I
�pr
0
W
4
oil
�I
Q
n
�
o
.
W
v
C 3
°a
lu
y
Cq
ppY'
3xv
��v
vN
9a
m
o
g
$
.23
g
�
N3R
.303E
.Hm
.�
0
ee
Y <
ep G.
mW 0
'.wrpJ U
p C%'o
U p
a
40
P oY
gg
p q W
ig 3 0.n
C VV p
✓� Y
V
O
pq .2Y
�i°iJ
mss
'p
E
.ccr�6 �x5
°3x�
�,FFF
m� v
W d mZ
q
m e
oil
�I
Q
F
°z
F
°z
d
Q-
e
O
r
Z
Z
G
U
F
°z
O
3 �
Y
� o
m a a o
> v
^ CO $ o a
� e v 3 U °
V .�y W WD N
ORp � apQp G V eO
VV• � y W O D W v M
V r CV v.
o
° E e
'D R T %C'1 U
S "8�' ' I.P.
S mu'S o
2 OR 5m a
y� u E u 5 o W A R T g Rg
1L- R o c,c�a�5agffi��
e o W o �FFF u�=L1� CGS xF
F w me v H uv dE'
I
a
6
L,
"s
>
�
Q
a
�
e
wW
O
�
5
"s
>
�
Q
a
�
�
5
v
s
vaq
eU
Y�
°
�W
�v9J
O Z
'pO
E
n
C
av
0
Mug
�
9
122
S
m
pp
v
.`EcE p
NSI
A
maws
^uv
_
N
g
W
I
N
Y
99
{
�
j
(
0
p
9
7
6
A
a
p
='
s
9
e'
m
9
7
6
F,
9
n
9
6
^
A
A
y
3
m
j
9
6
0
m
9
y
6
PLANNING & EXECUTION
As it relates to process, our approach is both in-depth and intuitive. varies by client — A ultimately depends on budget, goals and
Belau is an outline of steps that CMG generally takes to get at objectives, and the time available to bugd the proper foundation.
the information It needs to develop a marketing program for its
clients. The actual number of steps that the agency goes through AND we can adapt to your existing processes.
UncoveringMarketingPotential
Discovery
Definition
Knowledge
Consumer
Bank
PWn'ka
Big Dig
Identity Key
Communication
Challenges
Identity
Knowledge
Gaps
Research I
Needed
Identify
Communication
Opportunity
Brand &
Consumer
Bottom Lines
Testing
Needed?
Convergence
Develop
Connections
Create a
Bncge bft%n
Develop
Positioning
H
CMUM Dwession
Evahmiton
Creature
Consumer
Inspiration
Feedback
Develop
Canmunicaoirs
Dever
Advertising
Ideas
Define I
Advertising
Idea
Develop
36W Ideas
Sales Data
Evaluative
Measures
Capture
Leaming
Feed
Krawledge
Bank
AGENCY ORGANIZATION
Agency Organizational Chart
6ecgronic M1Aa MN for ell Woeslolieri is hissi wt of the �0,Fb aoMGe
"IrNrItFrYNng s ws m WOW wt of IN Ds rtM. Ohq OMCs
$$$ Y E 00 CO D Vl
O a c F
m � E
c
N m N
b n
w ........... Dc v p m
N W > w D
Z �` c Y =gyp C w fsA VO 0Ro
C
O
c - v
V
SDS �sg Dov
w w o a
z
0
F a E E N c S Q v z o o H o 0 0
O O
C SII
b � D
E
z E m� C w b Ji' ii ani � d o
'o w a a
yyS O$ S pp w V C C C
M D
N m
a _ o Yn ut n`
.......................................... N r
r N Y N
K Dc m E z o �w Nv wc
-
t W E E E c c
w
a w a uo! a a' L :z
® Q E a w E w b W r« L «o n O v o
y 5 LL nv j o O c n
w o E w o d p c z 3
d -
« 8 O
.......................................... : Q S IL L fL li D W W 8 lot D
N
V J n 3 4
v
� 6 cai L Y/i W N
O F q wN �n0
wo 0 49 t4
N¢ p Sm E wt4
m
5
N
m
oz.'.
=' o
g,
c o
O
m
��
3
s
•N01•a
�
m G
m.
F o�
3
�w
A
o
Z
w'
'
°
o
a
d
m
'
rn
Ck
m<
n
�2
a3�'.�<
o
3
'A
c
g�
m
qQ
,-
'
°,
M.
o
a��Asz
go
F
22a0
O
p
a
NO
S
N
A
A p
o
O¢
3
2U
-.
°
°y.
d
W°
a
3
O
E
N N
j
S
M°
0
n
N w:
m
G
c
F
<
Spp
N
J
0
°c
S
o
f
<
c
a 01
o d(�'
0
FD
a
.o.°00
I
o=
2
n
O
F
O
O
9
0
N
........................................................................................................ .
a D A W 3 3 p D s a Q m m L
Z m m A O m
x s A 5 N m o^ z f y '^ is
D C 3 E 3 w< o C m
a 2 3 i Y a n n V
GZi AT. m n G z n uai 2 O
w y 3 m i
z n c ti
c R
2i
........................................................................................................ .
00
3
€:z50�
pc
a stll m
Z
w
N
(A
3
D
0
m
m
D
m
(A
m
D
m
C)
A
W
ij
TW
T U
O
°sem..
WA
�RA�U
�
O
�'°W OCNLFE�
�p �00\O'OAO
0
Ei
z
O
zxa.osorx::oa
.OyO�i
'�E
Som oGNca�z
w'
00
z
O
z
72
N
O
N
N
N
N
W r
C 0
N
N
N
N
N
N
R
av
v
v
e
v
v
v
v
Sa
N
N
O
N
N
N
N
N
N
N
N
W
N
W
N
W
N
W
N
06
N
W
N
W
N
CO
N
W
N
o
N
04
U
R
y
Q
CC
o�
O
U
U
U
k
>
A
U
ptl
U
N
U
w
p
L
'N
�tl
el
0
r
U
C�
p
V
C7
W
3
2
3
3
2
0
r°
°�
v¢i
6N
of
m
>NA
6
U
U'O
m
zc'iU£[=Qm
Vp
oC.�W
��
c
c
�' °�
c
`�
�
a
•�
h B � c
ry d y
c
a�
Y
pp
'+ R
QN
Y
CC
CC
zz
a�.�z
z
a
z
aa�.8o•�..a.,a-�z
a
v
v
a
0
N
0
N
0
N
0
N
d
Y
N
N
N
N
N
N
N
N
O
O
O
N
N
N
N
N
M
N
N
N
N
N
ei
b
'�
T
T
T
�
7
d
�
❑❑
OO
❑ O
pd
N
7
�
�
�
a
❑
a
a
V
y
N
r'
y
y
�
y�,+`❑jV
5
xUmU
tim¢x
�a
w
V
�
�
v
�
3
n
>N
m
�USYC7
a
3¢A
T�
�y
3�c�x°
v�i�avi