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

Similar documents
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

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

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

REQUEST FOR PROPOSALS

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

CITY OF CLYDE HILL PUBLIC WORKS CONTRACT ON-CALL STORMWATER CATCHBASIN CLEANING SERVICES

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

Telemetry Upgrade Project: Phase-3

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

City of Battle Ground, Washington. Request for Proposal (RFP) for Community Vision and Strategic Action Plan

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

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

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

CONTRACT FOR SERVICES RECITALS

City of Normandy Park. Recreation Center. Sidewalk Replacement INVITATION TO BID 2018

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

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

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CONSULTANT SERVICES AGREEMENT

Attorney Services for the Metropolitan Park District

Westwood Village Farmers Market Request for Proposals May 14, 2012

PROFESSIONAL SERVICES CONTRACT

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY CONTRACT NO. This Agreement is entered into this day of, 2011, by and

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

KITSAP COUNTY PARKS DEPARTMENT

INTRODUCTION TERMS AND CONDITIONS

W I T N E S S E T H:

Tacoma Power Conservation Contractor Agreement

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

Attachment A GENERAL TERMS AND CONDITIONS

Independent Contractor Agreement Form

ISSUE DATE: November 8, 2018 DUE DATE: November 28, 2018, 1:00 PM

City of Loveland, Ohio

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

CITY OF LAKE FOREST PARK AGREEMENT FOR CONSULTANT SERVICES Contract Title: Green Building/LID Code Revision

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

l?l Date E Professional Svc. El Architect/Eng. Public Works I:] PW Maintenance Ll Z llél City of Newcastle Contract Routing Form

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY CONTRACT NO. This Agreement is entered into this day of, 2010, by and

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

RFQ #1649 April 2017

CITY OF SAMMAMISH PERSONAL/PROFESSIONAL SERVICES AGREEMENT (SF) WHEREAS, the City has a need to have certain services performed; and

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

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

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

Town of West Yellowstone

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

REQUEST FOR PROPOSALS For: Youth Sports Officials and Scorekeepers

REQUESTS FOR PROPOSALS ACTUARIAL SERVICES

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

REQUEST FOR PROPOSALS. CLAIMS AUDITING SERVICES For the Washington State Transit Insurance Pool

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

SMALL WORKS ROSTER PUBLIC WORKS CONTRACT

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

Proposals must be received at or before 2:00 p.m., Thursday, November 9, 2017.

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

Request for Proposal Data Network Cabling

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

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

ADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS

CITY OF NEEDLES. Request For Proposals For Nexus Study on Impacts of Medical Marijuana Facilities

Services Agreement for Public Safety Helicopter Support 1

PURCHASE ORDER TERMS & CONDITIONS

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

FIXTURING/INSTALLATION AGREEMENT

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

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

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

Staff Report. Scott Conn, Network & Operations Manager (925)

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

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

Professional Engineering Services Request for Proposals As-Needed Traffic Engineering Services

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

BENTON COUNTY PERSONAL SERVICES CONTRACT

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

Subcontract Agreement

City of Beverly Hills Beverly Hills, CA

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

Transcription:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from qualified organizations/individuals for the operation, marketing and overall management of the Farmers Market. This summer will mark the third year of operation of the Farmers Market in La Center. The primary purpose of the Farmers Market will be to offer community members an opportunity to purchase fresh, locally grown produce and other artisan goods, provide farmers an opportunity to sell their products locally, to benefit local business, provide an opportunity for local musicians to perform and provide a festive family friendly community event. Time and Location The market will be located on Aspen Ave between 4 th and 5 th Street. Market hours are anticipated to begin at 4:30 p.m. and end at 8:00 p.m. The market season will begin the first Thursday in June 2012 and continue through the second week of September. The City of La Center and the Contractor will mutually agree upon the hours of operation. Market Master s Responsibilities The contractor will be responsible for maintaining the area including garbage removal and other related cleaning responsibilities. The contractor will insure that all facilities meet or exceed public health standards, and cleanliness standards established by the La Center Public Works Department. The contractor is responsible for obtaining all permits, certificates and licenses necessary to operate a Farmers Market. The contractor will work with the La Center Public Works Department to address issues including times of operation, market items and attendance when appropriate. The contractor will be responsible for all operation and management duties including but not limited to the following: o Setting-up and closing the market. o Putting up signs and banners. o Managing the number of farmers and their stall positions. o Collecting fees. o Resolving issues such as price, stall locations, eligible foods etc.

o Managing volunteers. o Enforcing guidelines. o Marketing the farmers market. City of La Center s Responsibilities The City agrees to provide street closure signs. The City agrees to provide access to six-twenty amp dedicated outlets. Provide $1,500.00 in financial assistance for marketing activities. Allow use of previously designed logo, signs and marketing materials that have been produced during the last two years of operation. Provide one port-o-potty. Removal of collected and contained garbage up to four bags per market event. Approve appropriate rental fees. Minimum Qualifications To qualify for consideration in the awarding of this contract, the respondent must: Prior experience in the management and supervision of a Farmers Market operation. Meet the requirements of a standard La Center Professional Services Agreement (Exhibit A). Demonstrate the necessary financial resources to operate. Ability to maintain appropriate level of general or professional liability insurance. Proposals Proposals should contain as a minimum the following items: Describe experience in operating other farmers markets or related community event management experience. List the name and location of the farmers market and the type of work accomplished in operating the market. Include reference contact information as applicable. Describe past event management experience including but not limited to, vendor recruitment, booth arrangement, traffic flow, parking, market event set-up and take-down and any other related information. Selection Criteria All proposals will be evaluated based upon qualifications, performance and level of service. The Contractor who is selected as best suited to perform the work will sign a professional services agreement with the City of La Center. The Contractor will be required to obtain a business license which requires a $50 fee prior to the completion of the professional service agreement along with proof of appropriate insurances with the City. Independent Contractor The Contractor and the City agree that the Contractor is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible

for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. Information Please direct inquiries, Monday Friday, 8:00 a.m. to 5:00 p.m. to, Suzanne Levis, Finance Director at 360-263-2782. Submittals The City of La Center is an Equal Opportunity Employer. The City of La Center reserves its rights under applicable law to reject any or all proposals and to waive procedural irregularities upon determining in the City s sole opinion it is in the public s best interest to do so. Proposals will be accepted until close of business (5:00 pm)_on February 29, 2012. Any proposal received after this date and time will not be reviewed. An electronic version of proposals will not be accepted. Submit Proposals Clearly Labeled La Center Famers Market, Market Master RFP in a Sealed Envelope, to the Attention of: Suzanne Levis, Finance Director City of La Center 214 East 4 th Street La Center, Washington 98629

Exhibit A PROFESSIONAL SERVICES AGREEMENT FOR 2012 LA CENTER FARMERS MARKET MASTER THIS AGREEMENT is entered into between the City of La Center, a municipal corporation, hereinafter referred to as "the City",, hereinafter referred to as the "Contractor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Contractor is retained by the City to perform professional services in connection with the 2012 La Center Farmers Market. 2. Scope of Services. Contractor agrees to perform the Market Master duties as described in Exhibt A hereto, including the provision of all labor, materials, equipment and supplies. 3. Time for Performance. Contractor shall perform all services and provide all work product required pursuant to this agreement. 4. Ownership and Use of Documents. All documents, marketing, specifications and other materials produced by the Contractor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Contractor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Contractor's endeavors. 5. Compliance with laws. Contractor shall, in performing the services contemplated by this agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this agreement. 6. Indemnification/Hold Harmless. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including reasonable attorneys fees, to the extent Professional Services Agreement Page 1 of 5

caused by the negligence of the Contractor in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor s liability hereunder shall be only to the extent of the Contractor s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, or employees. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Contractor s Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Contractor s profession. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Professional Services Agreement Page 2 of 5

1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The limits of the above section may be waived or modified as approved by the City. Waived Modified to Approved by Risk Manager Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The Contractor s insurance coverage shall be primary insurance as respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor s insurance and shall not contribute with it. 2. The Contractor s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 8. Independent Contractor. The Contractor and the City agree that the Contractor is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise Professional Services Agreement Page 3 of 5

assuming the duties of an employer with respect to Contractor, or any employee of Contractor. 9. Covenant Against Contingent Fees. The Contractor warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Contractor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 10. Discrimination Prohibited. The Contractor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 11. Assignment. The Contractor shall not sublet or assign any of the services covered by this agreement without the express written consent of the City. 12. Non-Waiver. Waiver by the City of any provision of this agreement or any time limitation provided for in this agreement shall not constitute a waiver of any other provision. 13. Attorney fees: In the event of a lawsuit, arbitration or other action to interpret or enforce any provision of this agreement brought by either party, then the prevailing party shall be awarded such sum for attorney fees as a court or arbitrator may deem reasonable, together with the costs associated with such suit, arbitration or action. 14. City's Right to Terminate Contract. Should the Contractor materially breach, or fail to perform any provision of the contract, the City, after thirty days' written notice to the Contractor, and its surety, if any, may, without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor or, at the City's option, may terminate the contract and take possession of all materials, tools, appliances and finish the work by such means as the City sees fit. 15. Notices. Notices to the City of La Center shall be sent to the following address: Suzanne Levis, Finance Director City of La Center 214 E 4 th Street La Center, Washington 98629 Professional Services Agreement Page 4 of 5

Notices to Contractor shall be sent to the following address: 16. Integrated Agreement. This Agreement together with attachments or addenda, represents the entire and integrated agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Contractor. DATED this day of, 2012 CITY OF LA CENTER CONTRACTOR By Mayor, James T. Irish By Attest/Authenticated: City Clerk Professional Services Agreement Page 5 of 5