THE CITY OF BRISTOL, TENNESSEE 801 Anderson Street P. O. Box 1189 Bristol, Tennessee

Similar documents
City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No

INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/

REQUEST FOR LETTER OF INTEREST, QUALIFICATIONS AND MANAGEMENT PLAN ITS CEI RFQ # 5666

MULCH HAULING SERVICES BIDDER INSTRUCTIONS

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

PROPOSAL LIQUID CALCIUM CHLORIDE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Request for Bid/Proposal

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

EXHIBIT B. Insurance Requirements for Construction Contracts

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

West Ridge Park Ballfield Light Pole Structural Assessment

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Proposal No:

City of New Rochelle New York

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

SUBCONTRACT (SHORT FORM)

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT G. Insurance Requirements. [with CCIP]

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

HVAC Remodel Second Floor North Center Building

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

NIAGARA FALLS WATER BOARD

Request for Proposal # Executive Recruitment Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

W I T N E S S E T H:

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

City of La Center. Small Works REQUEST FOR BID Landscape Maintenance Services

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

RFP GENERAL TERMS AND CONDITIONS

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Invitation to Quote ADM Golden Raven Marketing Program Review

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

CITY OF NIAGARA FALLS, NEW YORK

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

CCIP ADDENDUM. Blasting or any blasting operations;

REQUEST FOR QUALIFICATIONS/PROPOSALS CHESAPEAKE COLLEGE (RFQ/RFP) INSURANCE BROKER SERVICES FOR PROPERTY AND CASUALTY PROGRAM

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

Weston Public Schools. Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT

construction plans must be approved for construction by the City PBZ department.

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

REQUEST FOR PROPOSAL (RFP)

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

REQUESTS FOR PROPOSAL # for INTERNET SERVICE PROVIDER. at SMITHERS REGIONAL AIRPORT

Union County. Request for Proposals # Employee Survey Services

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Request for Proposal (RFP) For Plat book Printing

Insurance Requirements

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

City of Forest Park Request for Proposals. Secure Access Control Systems

CITY OF NIAGARA FALLS, NEW YORK

City of Albany, New York

Transcription:

THE CITY OF BRISTOL, TENNESSEE 801 Anderson Street P. O. Box 1189 Bristol, Tennessee 37621-1189 Purchasing Department Telephone: (423) 989-5528 Facsimile: (423) 968-7197 Email: purchasing@bristoltn.org September 11, 2014 Request for Proposal for Professional Services For Branding Campaign The City of Bristol, Tennessee (the City ) is requesting proposals from qualified companies ( Company ) to purchase Professional Services For Branding Campaign. This request for proposal ( RFP ) defines the minimum specifications, scope of services and outlines the requirements that must be met by companies interested in providing such products and services. Companies shall carefully examine the entire RFP and any addenda thereto, and all related materials and data referenced in products and services. Companies are advised to read all sections of this RFP before submitting a proposal. Proposals will be accepted at the Bristol City Hall, 801 Anderson Street, Room 204, Bristol, Tennessee 37620; until October 10, 2014, at 4:00 p.m., prevailing local time. Include the proposal reference number on the proposal envelope. All sealed proposals must bear the title City of Bristol, Tennessee Professional Services For Branding Campaign along with the vendor s name and address. Submit three (3) complete copies of proposal. Facsimile proposals will not be accepted. Late proposals will not be considered. It is the responsibility of the proposer to ensure that the proposal arrives at the correct location by the correct time. Contact Crystal Key at 423-989-5528 if you have any questions regarding the proposal process. Any companies found to be soliciting other representatives of the City of Bristol, Tennessee during this Request for Proposal process may be disqualified. All proposals and information submitted in response to this RFP shall become public record upon proposal opening and will be available for review upon request. The City reserves the right to reject any and all responses and to wave any irregularities and informalities in the proposal process. We look forward to receiving your response.

City of Bristol, Tennessee Request for Proposal RFP Reference No. 14-10 TABLE OF CONTENTS Enclosed I. Purpose and Instructions X II. Scope / Detailed Specifications X III. Implementation X IV. Pricing Sheet X V. Vendor Statement of Non-Collusion X VI. General Contract Form X -End of Page-

City of Bristol, Tennessee DESCRIPTION OF REQUIREMENTS AND SPECIFICATIONS 1.0 PURPOSE AND INSTRUCTIONS Professional Services For Branding Campaign Proposal Reference 14-10 The City of Bristol is seeking proposals to research, create and develop an implementation plan for a comprehensive branding initiative and marketing campaign. The City is specifically seeking to grow its population of active adults, professionals and entrepreneurs. The initiative and campaign should focus on this objective. The City s brand should also be flexible enough to incorporate into existing economic and tourism activities. The branding initiative will dovetail with the newly launched community based website. 1.1 Proposal Instructions Proposals will be accepted at the Bristol City Hall, 801 Anderson Street, Room 204, Bristol, Tennessee 37620; until October 10, 2014, at 4:00 p.m., prevailing local time. Include the proposal reference number on the proposal envelope. Interested proposers should submit two original copies of the proposal. Late proposals will not be considered. The City intends to review cost/pricing separate from the technical response. Therefore, all pricing and cost information is to be submitted in a separate sealed envelope labeled City of Bristol, Tennessee - RFP 14-10 Cost Information. The City of Bristol, Tennessee reserves the right to reject any or all proposals or to waive any specific technicalities or formalities in order to accept any proposal deemed to be in the best interest of the City of Bristol, Tennessee. The City is not bound to accept the least costly proposal, but reserves the right to accept the proposal which appears, in its judgment, to be the best suited to the interests of the City. The City reserves the right to negotiate with any vendor, including but not limited to terms, conditions, pricing, pricing structure, etc. The right to accept any portion of any proposal and to enter into a contract with one or more proposers is reserved. 1.2 Proposal Duration Proposals submitted in response to this RFP must be valid for a period of 90 days from proposal submission deadline and must be so marked. In comparing proposals, consideration will not be confined to price only. The successful bidder will be one whose product is judged to best serve the interests of the City when standardization, price, product, safety, quality, service and delivery are considered. The

REQUEST FOR PROPOSAL (CONTINUED) Page 2 City reserves the right to reject any or all bids or any part thereof, and to waive any minor technicalities. A contract will be awarded to the bidder submitting the lowest responsible bid meeting the requirements of this specification. 1.3 Schedule September 11, 2014 September 19, 2014 12noon September 24, 2014 12noon October 10, 2014 4:00 p.m. October 14-15, 2014 November 4, 2014 Immediately following approval June 30, 2014 RFP Issued Deadline for questions Answers issued/posted Deadline for proposals Interviews (If needed) Approval by City Council Work to begin Implementation to be completed 2.0 Scope of Services / Detailed specifications. 2.1 The scope of work is a general guide to the work the City expects to be performed by the Consultant, and is not complete listing of all services that may be required or desired. Primary Goals: Uniformity- The brand should convey a common message and image to audiences both within and outside the City of Bristol. Community Identity/Pride- Identify and promote what makes the City of Bristol distinct and appealing in a regionally competitive environment for investors, businesses, retailers, visitors, and residents. Economic and Community Development Promotion- Promote a healthy economy, attract private investment, new residents and your professionals, and retain key businesses and creative talent. A defined message that will market the City of Bristol locally, statewide, nationally, and internationally as a great place to business AND to live, work and play. The message also needs to convey that the city is the right place for development, redevelopment and investment; the perfect mix for a business-friendly community. 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 business within the Bristol area in their specific marketing initiatives, while maintaining consistency with the overall brand. It must also be flexible enough to grow and evolve along with any changes in the market.

REQUEST FOR PROPOSAL (CONTINUED) Page 3 Endorsement- The brand must be authentic and resonate with citizens, businesses, and community groups within the City of Bristol, Tennessee and throughout the region in order to gain the broadest possible support for the initiative. It must be relevant to the City of Bristol, but also reflect the desire to move forward. 2.2 The City wants research conducted that is needed with key publics to determine existing attitudes, perceptions, opportunities and challenges to enhancing the City s image. Why are businesses, residents, visitors choosing us/not choosing us? How do we address that? 2.3 Recommend specific necessary elements to deliver the message, i.e. visual elements, printed collateral, print advertising, we elements, media placement, public relations, event, etc. 2.4 Develop strategies and tactical plans to position the messaging statements based on qualitative research and analysis of quantitative data. 2.5 Work with portal development team to ensure that message is appropriately tailored and woven throughout the web presence. 2.6 Define how the core message is expanded to the existing Economic & Community Development and Convention & Visitors Bureau initiatives and expandable to the broader regional partners and assets. 3.0 Experience/References 3.1 Related Experience: Proposal should address your overall capabilities to lead the destination branding process. Resumes of the individuals, who will perform the work outlined in this proposal, including their capabilities and experience conducting similar work, are highly recommended. 3.2 Industry Knowledge: Proposal should provide in detail your experience in marketing for economic development, relocation and tourism, in an addition to a brief synopsis explaining your philosophy on Destination Branding. 3.3 Research Capability: Proposal should address, in detail, their ability to gather and to effectively utilize research to assist the branding process. Each party should submit a list of any tasks that will be subcontracted and a list of the subcontracting firms. The ideal firm will be able to either perform these tasks in-house or operate as the lead contractor and subcontract the individual work items and create a final, comprehensive work product. The City of Bristol reserves the right to approve any sub-contractor of the lead contracting firm s team.

REQUEST FOR PROPOSAL (CONTINUED) Page 4 3.5 Client References: Each proposer should provide three professional references for similar work that has been performed by your firm including the names, addresses, titles and telephone numbers of the person most familiar with the work. Executive Summaries of other brands that the agency has developed are highly recommended. 4.0 Implementation 4.1 Proposed Action Plan, Schedule and Expectations: Proposal should include an outline of what the organization can expect as part of the proposal along with applicable timelines and implementation plan. Please keep in mind the organization s general expectations as outlined above. 5.0 Evaluation of Proposals 5.1 All complete proposals will be evaluated according to the guidelines set forth in this RFP. Following this evaluation process, proposals will be labeled as "responsive" or "non-responsive". All non-responsive proposals will be removed from further consideration. Negotiations will then begin with the proposer, whose proposal has been judged most appropriate, with regard to all factors including cost. Proposals will be evaluated based by an evaluation committee comprised of staff from the following departments: Community Relations and City Manager s Office. Points will be awarded based upon criteria as follows: Technical Section (75%): Detailed Specifications 30% Implementation 30% Experience/References 15% Cost Section (25%): Cost of All Sections 25% 5.2 Award of Contract It is anticipated that, following the completion of the negotiation process, a contract will be awarded to the successful proposer. However, no work is to begin, nor is the City of Bristol, Tennessee liable for any costs whatsoever, until the contract has been duly signed and certified by the appropriate parties.

REQUEST FOR PROPOSAL (CONTINUED) Page 5 The successful proposer will enter into a contract with the City on a form agreeable to the City of Bristol, Tennessee. Please provide a sample copy of your contract agreement form. -End of Page-

Proposal Reference 14-10 City of Bristol, Tennessee Pricing Information Professional Services For Branding Campaign Total Price: $ (Price in Numbers) (Price in Words) Non-Collusive Bid Statement: The undersigned bidder, having fully informed himself regarding the accuracy of the statements made herein, certifies that: (1) The bid has been arrived at by the bidder independently and has been submitted without collusion with, and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the bid, designed to limit independent bidding or competition, and (2) The contents of the bid have not been communicated by the bidder or its employees or agents to any person not any employee or agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated by any such person prior to the official opening of the bid. Signature of Authorized Official Name and Title (Printed) Legal Name of Business Physical Address Mailing Address Telephone Number Fax Number Email Date

Proposal Reference 14-10 City of Bristol, Tennessee VENDOR STATEMENT OF NON-COLLUSION Professional Services For Branding Campaign Having fully informed himself/herself regarding the correctness of the proposal and statements made herein, the undersigned proposer certifies that: 1) The proposal has been arrived at by the proposer independently and has been submitted without agreement with, and without any collusion, understanding, of planned similar course of action with any other vendor of services, materials, equipment, or supplies described in the request to propose, designed to inhibit independent proposing or healthy competition, and 2) The detail and intent of the proposal has not been shared by the proposer or its employees or representatives to any person not an employee or representative of the proposer or its surety on any attachment furnished with the proposal, and will not be shared with any such person before the authorized opening of the proposal. The undersigned proposer hereby guarantees that this statement is executed for purposes of inducing the City of Bristol, Tennessee to consider the proposal and offer an award in agreement therewith. Legal Name of Vendor Business Address Signature and Title of Person Authorized to Sign Date

REQUIRED COVERAGE (marked by X ) City of Bristol, Tennessee Insurance Checklist Proposal Reference 14-10 MINIMUM LIMITS X 1. X 2. 3. 4. 5. 6. 7. X 8. 9. 10. a. b. c. d. X 11. 12. 13. 14. 15. 16. Worker s Compensation (proprietor/partners/executive officers exclusion not allowed) - Statutory limits of Tennessee and Employer s Liability.... $100,000/accident, $100,000/disease, $500,000/disease policy limit. Commercial General Liability (including Premises/Operations)..... $1,000,000 CSL BI/PD each occurrence, $1 million annual aggregate. Automobile Liability & Owned /Hired/Non-Owned Vehicles.....$1,000,000 BI/PD each accident, Uninsured motorist. Independent Contractors..... $1,000,000 CSL BI/PD each occurrence, $1 million annual aggregate. Products/Completed Operations..... $1,000,000 CSL BI/PD each occurrence, $1 million annual aggregate. Contractual Liability...... $1,000,000 CSL BI/PD each occurrence, $1 million annual aggregate. Personal and Advertising Injury Liability..... $1,000,000 each offence, $1 million annual aggregate. Umbrella Liability..... $1,000,000 BI/PD/PI. Per Project Aggregate. Professional Liability. Architects and Engineers.......................$1,000,000 per occurrence/claim. Asbestos Removal Liability.................... $2,000,000 per occurrence/claim. Medical Malpractice.......................... $1,000,000 per occurrence/claim. Medical Professional Liability.................. $1,000,000 per occurrence/claim. Miscellaneous E & O.................................$1,000,000 per occurrence/claim. Motor Carrier Act End. (MCS-90)............... $1,000,000 BI/PD each accident, Uninsured Motorist. Motor Cargo Insurance. Garage Liability..................................... $1,000,000 BI/PD per occurrence. Garage keepers liability...................... $500,000 Comprehensive, $500,000 Collision. Inland Marine-Bailee s Insurance.............. $

INSURANCE CHECKLIST (CONTINUED) Page 2 17. 18. 19. 20. X 21. X 22. X 23. X 24. 25. Moving and Rigging Floater...................................... Endorsement to CGL. Dishonesty Bond........................... $ Builder s Risk/Installation Floater............ Provide coverage in the full amount of contract. XCU Coverage................................................Endorsement to CGL. Carrier Rating shall be Best s Rating of B++V or better or its equivalent. Notice of cancellation, non-renewal or material changed in coverage shall be provided to City at least 30 days prior to action. Worker s Compensation notification shall be 10 days prior to action. The City of Bristol shall be named as Additional Insured on all polices except Worker s Compensation, Auto and Professional Liability. Certificate of Insurance shall show project number or other contract identifier used by the City. OTHER INSURANCE REQUIRED: INSURANCE AGENT'S STATEMENT: I have reviewed the above requirements with the bidder named below. The bidder has coverage with this agency for all of the areas marked with the exception of the following numbers: Comments: Is Professional Liability excluded under General Liability? Yes No Is Contractual Liability excluded under Comm. General Liability? Yes No Is Independent Contractors excluded under Comm. General Liability? Yes No Carrier ratings: Insurer A ; Insurer B ; Insurer C ; Insurer D AGENCY NAME: AUTHORIZED SIGNATURE: Date: CONTRACTOR S STATEMENT: I have reviewed the above requirements with my insurance agent(s) and, if awarded a contract, will provide all coverage's marked. CONTRACTOR S NAME: AUTHORIZED SIGNATURE: Date: Proposal Number: 14-10 Bid or Project Name: Professional Services For Branding Campaign This form and the General Contract Form must be completed and returned with the submitted bid. -End of Section-

City of Bristol, Tennessee General Contract Form Proposal Reference 14-10 Purpose The General Contract Form is included in every solicitation requiring insurance. The general requirements of the contract form are supplemented by items checked on the Insurance Checklist that identify specific requirements for the bid or project. Insurance Review this section carefully with your insurance agent or broker prior to submitting a bid or proposal. See Insurance Checklist (part of the Bid Forms) for specific coverage applicable to this contract. The term Contract as used in this section shall mean the Agreement covering the work that is entered into between the City of Bristol, Tennessee and the Contractor. General Requirements 1.1 The Contractor shall not start work under this contract until the Contractor has obtained at its own expense all of the insurance called for hereunder and such insurance has been approved by the City; nor shall the Contractor allow any subcontractor to start work on any subcontract until all insurance required of the subcontractor has been so obtained and approved by the Contractor. Approval of insurance required of the Contractor will be granted only after submission to the Purchasing Agent of original, signed Certificate(s) of Insurance, General Contract Form, and Insurance Checklist or, alternately, at the City s request, certified copies of the required insurance policies. 1.2 No acceptance and/or approval of any insurance by the City shall be construed as relieving or excusing the Contractor, or the surety, or its bond, from any liability or obligation imposed upon either or both of them by the provisions of the Contract Documents. 1.3 The City of Bristol, Tennessee (including its elected and appointed officials, agents, and employees) is to be named as an additional insured under all coverage except Worker s Compensation and Automobile Liability, and the Certificate of Insurance or the certified policy, if requested, must so state. Coverage afforded under this paragraph shall be primary as respects the City, its elected and appointed officials, agents and employees. The following definition of the term City applies to all policies issued under the contract: The City of Bristol, Tennessee together with all of its various departments, bureaus, and agencies, as well as any affiliated or subsidiary board, committee, or authority. 1.4 The contractor shall provide insurance as specified in the Insurance Checklist contained in this document.

GENERAL CONTRACT FORM (CONTINUED) PAGE 2 1.5 The Contractor covenants to save, defend, hold harmless and indemnify the City of Bristol, Tennessee together with its various departments, elected or appointed officials, employees, officers, counsel, agents, and any and all other persons or entities acting on behalf of the same (collectively the City) from and against any and all claims of any sort based upon any theory of liability whatsoever, for any and all harm, loss, damage, injury, cost (including court cost and attorney fees) charges, or other liability of any nature whatsoever, however caused, resulting from or arising out of or in any way connected with the contractors performance or non-performance of the terms of the contract documents or its obligations under the contract based upon any theory of liability whatsoever, including claims brought by third persons, and further covenants to discharge all of the aforesaid persons and entities and forever hold them harmless from the same. The foregoing obligation to indemnify and defend shall continue in full force and effect after the aforesaid contractor completes all of the work required under the contract, until such time as the applicable statutes of limitation or repose have expired. 1.6 The Contractor shall be responsible for the work performed under the Contract Documents and every part thereof, and for all materials, tools, equipment, appliances, and property of any description used in connection with the work. The Contractor assumes all risks for direct and indirect damage or injury to the property or persons used or employed on or in connection with the work contracted for, and of all damage or injury to any person or property wherever located, resulting from any action, omission, commission or operation under the Contract, or in connection in any way whatsoever with the contracted work, until final acceptance of the work by the City. 1.7 Insurance coverage required in these specifications shall be in force throughout the Contract Term. If the Contractor fails to provide acceptable evidence of current insurance within ten days of written notice at any time during the Contract Term, the City shall have absolute right to terminate the Contract without any further obligation to the Contractor and the Contractor shall be liable to the City for the entire additional cost of procuring performance by another vendor and the cost of performing the incomplete portion of the Contract at time of termination. 1.8 Contractual and other liability insurance provided under this Contract shall not contain a supervision, inspection or engineering services exclusion that would preclude the City from supervising or inspecting the project as to the end result. The Contractor shall assume all on-thejob responsibilities as to the control of persons directly employed by it and of the subcontractors and any persons employed by the subcontractor. 1.9 Nothing contained in the specifications shall be construed as creating any contractual relationship between any subcontractor and the City. The Contractor shall be as fully responsible to the City for acts and omissions of the subcontractors and of persons employed by them as it is for acts and omissions of persons directly employed by the Contractor. 1.10 Precaution shall be exercised by the Contractor at all times for the protection of persons (including employees) and property. All existing structures, utilities, roads, services, trees, and

GENERAL CONTRACT FORM (CONTINUED) PAGE 3 shrubbery shall be protected against damage or interruption of service at all times by the Contractor and its subcontractors during the term of the Contract, and the Contractor shall be held responsible for any damage to property occurring by reason of its operation on the property. 1.11 If a Contractor cannot meet the insurance requirements contained in a bid, proposal, or project description, alternate insurance coverage may be considered. Written requests for consideration of alternate coverage must be received by the Director of Purchasing at least ten working days prior to the date set for receipt of bids or proposals. If the City denies the request for alternate coverage, the specified coverage will be required to be submitted. If the City permits alternate coverage, an amendment to the Insurance Requirement will be prepared and distributed prior to the time and date set for receipt of bids or proposals. 1.12 All required insurance coverage must be acquired from insurers authorized to do business in the State of Tennessee, and acceptable to the City. The insurers must also have policyholders rating of B++ or better, and a financial size of Class V or better in the latest edition of Best s Insurance Reports, unless the City grants specific approval for an exception in the same manner as described in 1.11 above. 1.13 The City may consider deductible amounts as part of its review of financial stability. The Contractor shall assume all deductibles. Contractor s Insurance Occurrence Basis: 2.1 The Contractor shall purchase the following insurance coverage, including the terms, provisions and limits shown in the Checklist: Commercial General Liability The Commercial General Liability policy shall include any or all of the following as indicated on the Checklist: General aggregate limit is to apply per project; Premises/Operations; Action of Independent Contractors; Contractual Liability including protection for the Contractor from claims arising out of liability assumed under this contract; Personal Injury Liability including coverage for offenses related to employment; Explosion, Collapse, or Underground (XCU) hazards.

GENERAL CONTRACT FORM (CONTINUED) PAGE 4 Business Automobile Liability including coverage for any owned, hired, or non-owned motor vehicles, Uninsured Motorists insurance, and Automobile Contractual Liability. Worker s Compensation statutory benefits as required by the State of Tennessee, or other laws as required by labor union agreements, including standard Other States coverage; Employers Liability coverage. Commercial General or other Liability Insurance Claims-made Basis: If Commercial, General or other liability insurance purchased by the Contractor has been issued on a claims-made basis, the Contractor must comply with the following additional conditions. The limits of liability and the extensions to be included as described in the Checklist remain the same. The Contractor must either: i. Agree to provide certificates of insurance evidencing the above coverage for a period of two years after final payment for the contract. Such certificates shall evidence a retroactive date, no later than the beginning of the Contractors or subcontractors work under this contract, or ii. Purchase an extended (minimum two years) reporting period endorsement for the policy or policies in force during the term of this contract and evidence the purchase of this extended reporting period endorsement by means of a certificate of insurance or a copy of the endorsement itself. Alternative Coverage (Self Insurance) Notwithstanding any of the above, the Contractor may satisfy its obligations under this section by means of self-insurance for all or any part of the insurance required, provided that the alternative coverage is acceptable to the City. Limits of Liability Coverage Specific limits of liability coverage on the Insurance Checklist may be adjusted according to project risk if the adjustment is deemed appropriate and the amended amount is approved by the City Manager.

GENERAL CONTRACT FORM (CONTINUED) PAGE 5 Verification of Compliance I have read this General Contract Form and agree to all the terms and conditions contained therein. Contractor s Name: EIN or SSN: Signed by: Title: Date: This form and the Insurance Checklist must be completed and returned with the submitted bid. - End of Section -