REQUEST FOR PROPOSALS Marketing and Advertising Services

Similar documents
STORM DRAIN ENGINEERING DESIGN SERVICES

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

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

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

City of Beverly Hills Beverly Hills, CA

Services Agreement for Public Safety Helicopter Support 1

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

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

Request for Proposal. Marina Coast Water District

Request for Proposal

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

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

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

AUTHORITY FOR CALIFORNIA CITIES EXCESS LIABILITY (ACCEL)

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Request for Qualifications

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

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

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

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

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

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

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

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

NAPA SANITATION DISTRICT Napa, California

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. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUIRED AT PROPOSAL STAGE:

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

Cheyenne Wyoming RFP-17229

ORANGE COUNTY HEAD START, INC S. PULLMAN STREET, SUITE 100, SANTA ANA, CA REQUEST FOR PROPOSALS OCHS CLASSROOM SUPPLIES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CENTRAL UNION HIGH SCHOOL DISTRICT 351 ROSS AVENUE EL CENTRO, CA FOR ARCHITECTURAL SERVICES

Request for Proposal. Brand Ambassador Media Consultant. Notice: 11/12/2018. Due 11/27/2018 by 2:00pm

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

CONSULTANT SERVICES AGREEMENT

REQUEST FOR PROPOSAL RFP #14-03

Telemetry Upgrade Project: Phase-3

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Union County. Request for Proposals # Employee Survey Services

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

COUNTY OF COLE JEFFERSON CITY, MISSOURI

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

Introduction Background

REQUEST FOR PROPOSALS

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Management of Jobing.com Arena

SAN DIEGO CONVENTION CENTER CORPORATION

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

Request for Proposal

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

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

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Health and Human Services. Contract instruction manual. Contract Management Services. 300 South Sixth Street, MC: 165. Minneapolis, Minnesota 55487

Request for Proposals

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

NUTANIX 1450 SERVER AND SUPPORT

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Request for Bid/Proposal

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

CONTRACT FOR SERVICES RECITALS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

General Conditions for Consultancy Services Agreements

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

MASTER SUBCONTRACT AGREEMENT

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

NOTICE OF REQUEST FOR PROPOSAL

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

Transcription:

REQUEST FOR PROPOSALS Marketing and Advertising Services DEPARTMENT OF ECONOMIC DEVELOPMENT Thomas Soule, Tourism & Marketing Manager City of Palm Desert 73-510 Fred Waring Drive Palm Desert, CA 92260 (760) 837-1660 / FAX (760) 341-6372 tsoule@cityofpalmdesert.org Key RFP Dates: RFP Issued March 21, 2018 Submit Written Questions April 10, 2018, 5:00 p.m. Responses Posted April 13, 2018 Submit Proposals April 18, 2018, 2:00 p.m. Finalists Notified Tuesday, May 01, 2018 Interview Date May 22, 2018 City Council Consideration June 14, 2018 Contract Execution July 1, 2018

CITY OF PALM DESERT NOTICE INVITING PROPOSALS FOR MARKETING & DIGITAL MARKETING SERVICES PUBLIC NOTICE IS HEREBY GIVEN that the City of Palm Desert, California ( City ) invites proposals for professional marketing and digital marketing services, and will receive such proposals in the offices of the City Clerk at 73-510 Fred Waring Drive, Palm Desert, California 92260 up to the hour of 2:00 p.m. on April 18, 2018. Proposals received after this date will be returned unopened. Faxed or electronically submitted proposals will not be accepted. The City is seeking from qualified firms ( Proposers ) professional services to manage the City s marketing and digital marketing efforts. The scope of work, content of the proposal, and the selection process are described in the Request for Proposals ( RFP ). It is the City s intent that all firms obtain the full content of this RFP and any addenda via the City s website located at www.cityofpalmdesert.org and from the main menu, under Quick Links, click on Projects Up For Bid. Primary firms that anticipate submitting a proposal are required to send a letter to the City acknowledging receipt of the RFP at the address specified below so that the City can add the firm to its notification list. Please include the following information: Name of Firm -Contact Person Address -Telephone, Facsimile Number and E-Mail Address A copy of this RFP may also be requested by contacting the person below. When requesting the RFP, please include the above information. For more information regarding this project and to acquire the RFP, please contact: City of Palm Desert Economic Development Department Attention: Thomas Soule, Tourism & Marketing Manager tsoule@cityofpalmdesert.org 73-510 Fred Waring Drive Palm Desert, California 92260-2578 Phone: (760) 837-1660 / FAX: (760) 341-6372 Proposals submitted to the City must comply with the Key RFP Dates listed on the cover page of the RFP, and must comply with the proposal requirements listed in the RFP. Proposals will be evaluated and ranked in accordance with certain criteria listed within the RFP. Proposers must be willing to sign an agreement with the terms and conditions shown in the City s Proposed Professional Services Agreement attached as Exhibit A to the RFP. All questions must be put in writing and sent via email, and must be received by the City by 5:00 p.m. on April 10, 2018, with COPD Marketing RFP in the subject line. Should it be found by the City that the point in question is not clearly and fully set forth in the RFP, the City will issue a written addendum clarifying the matter, which will be posted on the City s website. Please note that the City will not be responsible for mailing any i

addenda. Proposers are encouraged to check the website regularly since each Proposer will be responsible for downloading the RFP and all addenda. Interviews are scheduled for May 22, 2018, at the City of Palm Desert, 73510 Fred Waring Drive, Palm Desert, California 92260 in the Administrative Conference Room. Please keep this date open. Proposers will be selected for interview based on criteria detailed in the RFP. Failure to appear at the interview will cause the Proposers to be eliminated from further evaluation. The City reserves the right to postpone the interview date, or cancel an interview, at its sole discretion. Proposers shall be notified in advance of any such postponement or cancellation. The City reserves the right to award a contract or reject any and all bids. DATE: March 21, 2018 RACHELLE D. KLASSEN, CITY CLERK CITY OF PALM DESERT, CALIFORNIA ii

City of Palm Desert REQUEST FOR PROPOSALS Marketing and Advertising Services OVERVIEW Palm Desert is the geographic center of the Coachella Valley (Palm Springs Desert Resorts), a fast-growing region of Southern California that comprises nine cities with a combined year-round population of nearly 500,000. Palm Desert has evolved into a vibrant community that today is the educational, retail, and cultural hub of the Valley, and one of its most desirable places to visit. Year Incorporated: 1973 Area: 26 square miles Elevation: 243 feet above sea level Year-round Residents: 51,000 Seasonal Residents: 32,000 Form of government: Council-Manager Mean Temperature: 73.1 degrees Average Sunshine: 350 days per year Average Rainfall: 3.38 inches per year Websites: www.discoverpalmdesert.com and www.cityofpalmdesert.org SUMMARY Throughout the past decade, the City of Palm Desert ( City ) has undertaken an aggressive image awareness campaign, and is now ready to evolve that campaign. The City encompasses several public-facing brands (including Palm Desert First Weekend, Concerts in the Park, the Visitor Services Center and the City s tourism campaign) that have until now remained separate entities, each with its own marketing plan and budget. With this Request for Proposals ( RFP ), the City seeks to enhance the synergy between these brands by combining and maximizing its total media buy and unifying the branded fragments into a unified voice. BACKGROUND The City is seeking proposals from qualified agencies 1 (hereinafter referred to as Proposers, Agencies, or Agency ) for professional services to assist with the City s marketing and advertising program in two distinct areas: media buying and creative/branding services ( Services ). Currently, one agency provides these Services to the City, although Agencies are free to bid on one or both areas. 1 Use of the term Agency, Agencies, or Proposers throughout this document shall mean individual proprietorship, partnership, Limited Liability Company, corporation or joint venture. 1

The Agency selected for media buying will be required to plan, execute and manage all advertising efforts on behalf of the City, including media planning and placement (both digital and traditional), search engine optimization, monthly e-newsletter development and distribution, and other services as required. This Agency will provide strategic guidance to the City regarding both its out-of-market and in-market advertising programs, resulting in an annual media plan executed and managed by the Agency. The Agency selected for creative/branding services will be tasked with helping the City refresh and unify its several public-facing brands including: the tourism campaign, Palm Desert First Weekend, the Visitor Services Center, and various community events such as Concerts in the Park. The City understands that certain synergies may be achieved when one Agency provides all requested Services. Proposers are required to propose on each section separately, but are invited to provide a combined proposal as well, if interested in providing all Services to the City. Key staff assigned to this account must possess a minimum of seven years experience in advertising, marketing or a related field. Excellent planning, organization, and time management skills are a necessity. Finalists will be invited to present to the City s Marketing Committee, which will make a recommendation to the City Council regarding the award of this contract. The contract(s) will include a one-year contract with two (2) one-year options to extend, at the City s sole discretion. The contract commences July 1, 2018 and terminates on June 30, 2019. Proposals must be received by 2 p.m. on Wednesday, April 18, 2018, in the City Clerk s Department, 73-510 Fred Waring Drive, Palm Desert, California 92260. No proposals will be accepted beyond the date and time noted above. No amendment, addendum or modification will be accepted after a proposal has been submitted to City. For further information, please contact Thomas Soule at (760) 837-1660 or via email at tsoule@cityofpalmdesert.org. Except for Mr. Soule, no contact of any kind should be made with City staff or the City Council. By submitting a proposal, Proposer represents that they have thoroughly examined and become familiar with the work required under this RFP, take no exceptions to this RFP, and are capable of performing quality work to achieve the City s objectives. CONTRACT The contract(s) will be based on the final scope of work that is mutually agreed upon between the City and the successful Proposer ( Consultant ). The contract will be negotiated for the extent of Services to be rendered and for the method of compensation. The final scope of Services and compensation negotiated between City and the successful Proposer shall be set forth in the Professional Services Agreement (hereinafter referred to as Agreement or Contract ) executed by and between City and the successful Proposer. A copy of the Agreement is attached hereto as Exhibit A and incorporated herein by this reference. The City requires a minimum insurance limit of $1,000,000 each for general liability and automobile. The City reserves the right to negotiate modifications to the proposals presented and/or the use of specific individuals 2

or firms. Proposer is directed to carefully review the proposed Professional Services Agreement and, in particular, the insurance and indemnification provisions therein. ADDENDA The City reserves the right to revise the RFP documents. Any City changes to the requirements will be made by written addenda to the RFP. Any written addenda issued pertaining to the RFP shall be incorporated into the terms and conditions of any contract resulting from this RFP. The City will not be bound to any modification or deviations from the requirements set forth in the RFP as a result of the oral instructions or communication. Proposers shall acknowledge receipt of addenda in their proposal. Failure to acknowledge receipt of all addenda may cause the Proposer to be deemed nonresponsive to this RFP and be rejected without further evaluation. QUESTIONS The Proposer is responsible for reviewing the RFP documents prior to the proposal due date and for requesting clarification or interpretation of any discrepancy, deficiency, ambiguity or error, or omission contained in the RFP documents. Proposers shall notify Mr. Soule in writing via email of all questions and should it be found by the City that the point in question is not clearly and fully set forth; the City will issue a written addendum clarifying the matter, which will be posted on the City s website. All questions must be received by 5:00 p.m. on April 10, 2018, and should include COPD Marketing RFP in the subject line. OTHER CONSIDERATIONS The selected Consultant(s) should be prepared to meet directly or confer with the City over the phone on a regular basis. Consultant(s) will be expected to attend and present at a minimum of one quarterly Marketing Committee meeting within the contract period. Please note that all work performed on behalf of the City must be billed to the City at net amounts. SCOPE OF SERVICES Agencies are encouraged to propose on either or both sections of this program (Sections A and B). The City requests proposals be broken out by section for individual consideration. Agencies wishing to do so may also provide a combined proposal. SECTION A Media Buying Digital Develop and execute a Search Engine Optimization (SEO) strategy for the City s tourism website. Analyze results, optimize based on those results, and report results monthly. 3

Develop, manage and deploy a monthly e-newsletter including design, content development, database management, distribution, segmentation, tracking, and optimizations. Provide strategic counsel toward furthering the synergy among owned media channels, including website, social media and e-newsletter. Media Plan Develop an annual budget that includes a comprehensive, strategic and diversified media plan and account management that promotes Palm Desert to its target audiences, in accordance with direction provided by the City. This media plan is to include both digital and traditional media, encompassing both the City s tourism (out of market) ad campaign and its in-market advertising for local community events such as First Weekend and Concerts in the Park. This media plan should demonstrate maximum efficiency of spend and a clear ability to measure return on investment (ROI). Negotiate, schedule and maintain media buys in accordance with the approved media plan. Ensure that all work performed on behalf of the City is billed to the City at net amounts. Provide media administrative services including, but not limited to, record keeping; flowcharts; budget recaps; billing; processing payment; maintaining media buy schedules; buy confirmations; tracking make goods and credits; trafficking of creative materials. Attend quarterly Marketing Committee meetings to present reports as needed (minimum of one per year). Evaluate all media proposals submitted to the City and issue recommendations based on cost, validity, and perceived benefits to the marketing/advertising objectives of the City. Provide monthly and quarterly reports summarizing project activities and achievements of all services outlined in this scope of work. Submit detailed invoices to include the projects and services worked on or completed with supporting documentation for the previous month s activities. SECTION B Creative Services Branding/Creative Refresh the City s existing So Worth It Tourism campaign collateral and assist in unifying all City brands, including City Tourism, Palm Desert First Weekend, Community Events, and Economic Development. Assist in the management and direction of photo shoots. Develop creative materials and concepts for all City brands as needed. Provide graphic design and content development for digital, print, and collateral material, as requested. Current annual design needs include approximately: 15 4

rack cards, 3-5 banners, 10 radio spots, 5-10 tri-fold brochures, 20-25 social media graphics, and banner ads in a variety of sizes as needed. Support the City s internal marketing needs by providing integrated collateral templates. Submission of Proposals (Required) Proposers are required to respond to the following sections in a complete but concise manner. Submittals should be typed, double-spaced and submitted on 8.5-inch x 11-inch paper, using 12-point font, with a single method of fastening. Charts and schedules may be included in 11 x 17 format. Proposals should not include any unnecessarily elaborate or promotional material. Lengthy narratives are discouraged and presentations should be brief and concise. Submittals should not exceed THIRTY (30) pages in length single sided or FIFTEEN (15) pages in length double sided, excluding any appendices. Proposers must submit four (4) hard copies (three bound and one unbound) of their proposal, plus one electronic copy within their proposal packet. The Proposal shall be signed by an individual, partner, officer or officers authorized to execute legal documents on behalf of the Proposer. Agencies may submit proposals for one or both components identified within the Scope of Services. 1) Provide company name, contacts, address, phone number and email addresses. 2) Describe why your firm is interested in this account. 3) Describe your understanding of the account. 4) Provide your initial ideas for improving upon Palm Desert s existing marketing programs and prioritize those concepts in order of importance. 5) What is your overall philosophy or advertising strategy? 6) Briefly tell us what top three strategies you would recommend we use to accomplish the City s goals (see FY 2017/18 Marketing Plan). 7) Discuss your technical competencies, certifications, and partnerships. The City requires the agency selected to have a solid team experienced in managing the various elements outlined within this RFP including project management, creative design, media buying, digital and traditional advertising, quality assurance, social media, and results analysis. Please describe your strengths within these areas. 8) Explain how you would propose to maintain open lines of communication with the City staff. 9) Provide information regarding your fees (one time and ongoing), third party costs, and billing terms. 10) Please list any assumptions you have made in reference to this project. 11) Elaborate on the type and nature of your company, including background information, years in business, other lines of business, areas of operation, and any 5

other information that might help the City understand your qualifications to deliver the services identified in this RFP. 12) Provide the resumes of the professional and key staff anticipated to be utilized on the project including identifying who would serve as lead account manager for the City s account. 13) Each Proposer shall include with this proposal at least three (3) reference accounts in the United States. The reference accounts must have services similar to those bid under this RFP. Include the following information for each reference: company name, business address, name and title of contact, telephone number, e-mail address, and duration of project. The City reserves the right to request or obtain additional information. The City may contact other known customers for references. 14) In addition to the aforementioned expectations, the City requests that the strategic leads servicing this account possess a minimum of seven years of experience in marketing and/or advertising including extensive experience in regional and national media placement, specifically within tourism-friendly media outlets. 15) State any exceptions to or deviations from the requirements of this RFP, including but not limited to the Professional Services Agreement attached in Exhibit A. Where Proposer wishes to propose alternative approaches to meeting the City's contractual requirements, these should be thoroughly explained. 16) [If proposing on Section A] Draft a budget outlining how you would propose to allocate funds to each segment of the Scope of Services, while addressing the following key performance indicators: 1) drive qualified website traffic to the tourism site, 2) email newsletter sign-ups and 3) social media engagement. Approximate total budget for media buying hard costs is $500,000.00, including all fees. Account management and media management should be proposed as a monthly retainer, based on the number of hours of service to be provided. 17) [If proposing on Section A] What is your media buying process and how do you ensure you are providing the lowest negotiated rates and/or best value possible? Please provide three examples where your media negotiations have resulted in either cost-savings or substantial added value on a local, regional or national level. 18) [If proposing on Section B] Draft a budget outlining your proposed costs for the Scope of Services listed in Section B. The budget for this project has not yet been determined, so please present three (3) work plans at a low/medium/high level. Account management and creative services should be proposed as a monthly retainer, based on the number of hours of service to be provided. 19) [If proposing on Section B] Describe your creative process and how you would approach the synchronizing of the Palm Desert brands as discussed in this RFP. Projected Timeline The following timeline is provided as a working guide for planning purposes. The City reserves the right to adjust this timetable as required during the course of the RFP process. 6

RFP Issued Wednesday, March 21, 2018 Proposals Due to City Wednesday, April 18, 2018, 2 p.m. Finalists Selected and Notified Tuesday, May 01, 2018 Finalist Interviews Tuesday, May 22, 2018 City Council Consideration Thursday, June 14, 2018 Contract Begins July 1, 2018 Prices provided by Proposers in response to this RFP are valid for one hundred and twenty (120) days from the Proposal due date. The City intends to award the contract within this time but may request an extension from the Proposers to hold pricing, until negotiations are complete and the contract is awarded. Deadline Proposals are due no later than 2 p.m. on Wednesday, April 18, 2018 and must be in a sealed envelope marked Sealed Marketing Bid Do Not Open with Regular Mail and delivered to: City Clerk City of Palm Desert 73-510 Fred Waring Drive Palm Desert, CA 92260 Phone: 760-346-0611 No proposals will be accepted beyond the date and time noted above. Selection Methodology Submissions will be judged based on Proposer s written communication of their abilities related to the information outlined in the Scope of Services. Proposals will be reviewed by a committee that will consist of City representatives and marketing professionals. Selection will be made pursuant to the City's professional selection policy with relevant factors as follows: 1. QUALIFICATIONS OF THE FIRM 30% Technical experience in performing work of a similar nature, experience working with other public agencies, specialized experience, and professional competence in areas directly related to this RFP, especially travel and tourism. Strength and stability of the firm, strength, experience, and technical competence of subcontractors, as well as assessment of client references. 2. MANAGEMENT APPROACH 25% Qualifications as identified in this RFP. Commitment of project staff, including their experience. Key personnel, especially the Project Manager; and level of involvement in performing related work. References from past projects, logic of project organization, and concurrence in the restrictions on changes in key personnel. 7

3. PROPOSED SERVICES 30% Depth of Proposer s understanding of City requirements and overall quality of the proposed services. Strategy and vision for the Palm Desert brand; price structure and cost of services; demonstrable return on investment (for Section A); creativity of suggested marketing innovations and the identification of special issues or challenges, and Proposer s response in resolving those issues. 4. COMPLETENESS OF RESPONSE 15% Overall completeness and thoroughness of response in accordance with RFP instructions; exceptions to or deviations from the RFP requirements that the City cannot or will not accommodate; or other relevant factors not considered elsewhere. It is the City s intent to select a firm best evidencing demonstrated competence and professional qualification to perform the Services. The successful Proposer will be selected on the basis of information provided in the RFP, in-person presentations, and the results of the City s research and investigation. Upon selection of a Proposer, the City will endeavor to negotiate a mutually agreeable Agreement with the selected firm. City reserves the right to negotiate any price or provision, task order or service, accept any part or all of any proposals, waive any irregularities, and to reject any and all, or parts of any and all proposals, whenever, in the sole opinion of City, such action shall serve its best interests and those of the tax-paying public. In the event that the City is unable to reach agreement, the City will proceed, at its sole discretion, to negotiate with the next Proposer selected by the City. The City reserves the right to contract for services in the manner that most benefits the City. After negotiating a proposed Agreement that is fair and reasonable, City staff will make the final recommendation to the City Council concerning the proposed Agreement. The City Council has the final authority to approve or reject the Agreement. City Rights and Options All submissions become a matter of public record after either the City and the successful Proposer have completed negotiations and entered into a contract or the City has rejected all proposals. The City reserves the right to award a contract or reject any and all proposals, or any item or part thereof, or to waive any informalities or irregularities in the proposals. Proposals will be rejected for one or more reasons including, but not limited to 1) Failure of the Proposer to submit their proposal(s) on or before the deadline established by the issuing office; 2) Failure by the Proposer to respond to a requirement for oral or written clarification, presentation, or demonstration; 3) Failure of the Proposer to properly perform, or complete on time, contracts of a similar nature; 4) Any Proposer who is not in a position to perform such a contract satisfactorily; 5) Any Proposer, who is in default of the payment of taxes, licenses, or other monies due to the City of Palm Desert. 8

The City reserves the right to withdraw or cancel this RFP, or any part hereof at any time without prior notice and the City makes no representations that any contract will be awarded to any Proposer responding to this RFP. The City reserves the right to issue a new RFP. The City reserves the right to require confirmation of information furnished by Proposer or for the Proposer to provide additional evidence of qualifications to perform the Services or to obtain information from any source that has the potential to improve the understanding and evaluation of the submittals. The City shall not, in any event, be liable for any pre-contractual expenses incurred by the Proposer in the preparation of its proposal. In the event of award, the Proposer shall not be entitled to charge the City for any pre-contractual expenses. All Proposers responding to this RFP must avoid organizational conflicts of interest that would restrict full and open competition in this procurement. An organizational conflict of interest means that due to other activities, relationships, or contracts, a Proposer is unable, or potentially unable, to render impartial assistance or advice to the City; a Proposer s objectivity in performing the work might be impaired; or a Proposer has an unfair competitive advantage. Note: The City of Palm Desert will determine if any conflict of interest exists among any entities with which the Agency has current and future relationships. Such conflicts of interest could include destinations and other destination marketing organizations. The existence of such relationships (either ongoing or project based) does not necessarily create a conflict of interest. However, the Agency will be expected to immediately disclose any travel industry-related entities with which it has a relationship. The City of Palm Desert will make the final sole determination as to whether a conflict of interest exists. 9

1. PARTIES AND DATE. EXHIBIT A CITY OF PALM DESERT PROFESSIONAL SERVICES AGREEMENT MARKETING SERVICES CITY OF PALM DESERT PROFESSIONAL CONSULTANT SERVICES AGREEMENT This Agreement is made and entered into this day of, 20, by and between the City of Palm Desert, a municipal corporation, organized under the laws of the State of California, with its principal place of business at 73-510 Fred Waring Drive, Palm Desert, California, 92260 ("City") and [INSERT NAME OF COMPANY], a [INSERT TYPE OF BUSINESS; I.E., CORPORATION (INCLUDE STATE OF INCORPORATION), LIMITED LIABILITY COMPANY, SOLE PROPRIETORSHIP, ETC.], with its principal place of business at [INSERT ADDRESS] ("Consultant"). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional marketing consulting services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing professional marketing consulting services to public clients, is licensed in the State of California, and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such professional marketing consulting services for the City s tourism and general marketing ("Project") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional marketing consulting services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 10

3.1.2 Term. The term of this Agreement shall be from July 1, 2018 to June 30, 2018, unless earlier terminated as provided herein. The City shall have the unilateral option, at its sole discretion, to renew this Agreement automatically for no more than two additional one-year terms. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. 3.2 Responsibilities of Consultant. 3.2.1 Independent Contractor; Control and Payment of Subordinates. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Neither City, nor any of its officials, officers, directors, employees or agents shall have control over the conduct of Consultant or any of Consultant's officers, employees, or agents, except as set forth in this Agreement. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. The key personnel for performance of this Agreement are as follows: [INSERT NAME, TITLE]. 3.2.5 City's Representative. The City hereby designates Thomas Soule, Tourism & Marketing Manager, or his/her designee, to act as its representative in all matters 11

pertaining to the administration and performance of this Agreement ("City's Representative"). Consultant shall not accept direction or orders from any person other than the City Manager, City's Representative or his/her designee. City's Representative shall have the power to act on behalf of the City for review and approval of all products submitted by Consultant, but not the authority to enlarge the Scope of Work or change the total compensation due to Consultant under this Agreement. The City Manager shall be authorized to act on City's behalf and to execute all necessary documents that increase the Scope of Work or change the Consultant's total compensation, subject to the provisions contained in Section 3.3 of this Agreement. 3.2.6 Consultant's Representative. Consultant hereby designates [INSERT NAME, TITLE], or his/her designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences, and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services. Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all times. 3.2.8 Standard of Care; Performance of Employees. Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subconsultants shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subconsultants have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. Any employee of the Consultant or its sub-consultants who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Consultant and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If Consultant performs any work knowing it to be contrary to such laws, rules and regulations, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors, officers, employees, agents, and volunteers free and harmless, pursuant to the 12

indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.10 Insurance. Consultant shall not commence work under this Agreement until it has provided evidence satisfactory to the City that it has secured all insurance required under this section. In addition, Consultant shall not allow any subconsultant to commence work on any subcontract until it has provided evidence satisfactory to the City that the subconsultant has secured all insurance required under this section. Without limiting Consultant s indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form that is satisfactory to City. General Liability Insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO insured contract language will not be accepted. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. Workers Compensation Insurance. Consultant shall maintain Workers Compensation Insurance (Statutory Limits) and Employer s Liability Insurance (with limits of at least $1,000,000). Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of the City of Palm Desert, its officers, agents, employees and volunteers. Umbrella or Excess Liability Insurance. Consultant may opt to utilize umbrella or excess liability insurance in meeting insurance requirements. In such circumstances, Consultant may obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and employer s liability. Such policy or policies shall include the following terms and conditions: A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason; Pay on behalf of wording as opposed to reimbursement; Concurrency of effective dates with primary policies; and Policies shall follow form to the underlying primary policies. Insureds under primary policies shall also be insureds under the umbrella or excess policies. 13

OTHER PROVISIONS OR REQUIREMENTS Proof of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers compensation. Insurance certificates and endorsements must be approved by City s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Duration of Coverage. Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Work hereunder by Consultant, his/her agents, representatives, employees or subconsultants. Primary/Non-Contributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City before the City s own insurance or self-insurance shall be called upon to protect it as a named insured. City s Rights of Enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications, or is canceled and not replaced, City has the right, but not the duty, to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant, or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best s Key Rating Guide, unless otherwise approved by the City s Risk Manager. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against the City of Palm Desert, its elected or appointed officers, agents, officials, employees and volunteers, or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against the City of Palm Desert, its elected or appointed officers, agents, officials, employees and volunteers, and shall require similar written express waivers and insurance clauses from each of its sub-contractors. Enforcement of Contract Provisions (non estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Requirements Not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available 14

insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. Notice of Cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. Additional Insured Status. General and automobile liability policies shall provide or be endorsed to provide that the City of Palm Desert and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. Prohibition of Undisclosed Coverage Limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. Separation of Insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. Pass Through Clause. Consultant agrees to ensure that its sub-consultants, sub-contractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. City s Right to Revise Specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant s compensation. Self-Insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Safety. Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. 15

Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 3.3 Fees and Payments. 3.3.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit "C" attached hereto and incorporated herein by reference. The total compensation shall not exceed [INSERT AMOUNT WRITTEN OUT] ($[INSERT NUMBER]) without authorization of the City Council or City Manager, as applicable, per the Palm Desert Municipal Code. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Consultant shall submit to City a monthly invoice which indicates work completed and hours of Services rendered by Consultant. The invoice shall describe the amount of Services provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the invoice. City shall, within 30 days of receiving such invoice, review the invoice and pay all non-disputed and approved charges thereon. If the City disputes any of Consultant's fees, the City shall give written notice to Consultant within thirty (30) days of receipt of an invoice of any disputed fees set forth therein. 3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing by City, or included in Exhibit "C" of this Agreement. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the Parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without authorization from the City Council or City Manager, as applicable, per the Palm Desert Municipal Code. 3.3.5 Rate Increases. In the event that this Agreement is renewed pursuant to Section 3.1.2, the rate set forth in Exhibit C may be adjusted each year at the time of renewal as set forth in Exhibit C. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 16