Loading...
HomeMy Public PortalAboutAPOLLO WEST CARSON PLAYERS (MARVIN CLAYTON)ON, CITY OF CARSON PUBLIC SERVICES WORK GROUP HUMAN SERVICES DIVISION Back to top FINE ARTS AND CULTURAL ACTIVITIES PROGRAM CONTRACT SERVICE AGREEMENT — FY 2007/08 CONTRACTOR Apollo West Carson Players P.O. NUMBER FED ID or SS # CONTACT PERSON Marvin Clayton ADDRESS 426 W. Carson Street, Suite 6 CITY Carson ST CA ZIP 97074 5] PHONE (310) 212-7955 FAX N/A E-MAIL N/A THIS AGREEMENT IS MADE ON July 17, 2007 BY AND BETWEEN THE CITY OF CARSON, HEREINAFTER CALLED THE "CITY," AND Marvin Clayton, HEREINAFTER CALLED THE "CONTRACTOR", REPRESENTING Apollo West 61) Carson PlaVers. —cj ',,,I U�, THIS AGREEMENT IS IN EFFECT AS OF JULY 1, 2007. -T THE PARTIES HERETO AGREE AS FOLLOWS: D SECTION I — DUTIES AND RESPONSIBILITIES OF THE CONTRACTOR: A. Personal service includes a 10 -week theatrical skills workshop, and a maior theatrical production of "Don't Bother Me, I Can't Cope". B. Contractor agrees that membership in its organization and participation in its activities shall not be restricted based upon race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation except as otherwise permitted by law. C. Contractor at all times agrees to make every effort to recruit Carson residents for membership. Participation roster listing the name, city of residence, and if applicable, the school of attendance of the participants for each production shall be filed with the Fine Arts Section of the Public Services Workgroup. D. Contractor shall make every effort to utilize Carson vendors for supplies, printing, equipment, rentals, etc. E. Contractor shall coordinate its own activities, including sole responsibility for bookings and tours, purchasing, conducting auditions and rehearsals, selecting casts, and arranging all scheduled performances of the Company. F. Contractor shall have no free use of City resources (buses, equipment, and/or facilities). All use of the Community Center and other City facilities will be on a paid permit basis. The Contractor is not to list City addresses as their business address. Contractor's mail should be listed under Contractor's personal/business address. G. Contractor shall publicize the City at each function by: Acknowledging that funding was made available to Contractor upon the recommendation of the "Fine Arts & Historical Commission" and approval of the "Carson City Council". Distributing publications and literature about the Contractor and the City. Publications shall not be distributed unless they conform to the following guidelines: (a) All publications must contain the City of Carson seal. The heading of the publication must always read, "The City of Carson, Fine Arts & Historical Commission Presents." All other pertinent City information must be included. (b) Contractor must create and submit the draft of any publication/flyer to the Community Services Program Manager at least one month prior to the event. If necessary, publications will be returned to the Contractor for revisions. Corrected publication must be resubmitted to the Community Services Program Manager within ten (10) days for final approval. (c) Contractor must create and submit the draft of any invitations or event programs to the Community Services Program Manager at least one month prior to the event. All programs must list the names of the current elected officials and management staff. If necessary, publications will be returned to the Contractor for revisions. Corrected publications must be resubmitted to the Community Services Program Manager within ten (10) days for final approval. (d) After reviewing the publications for completeness and accuracy, the Community Services Program Manager will forward same to the Public Services General Manager (or his designee), who will then approve all publications in writing before going to print. H. All costs associated with the publication and printing of literature (including flyers, programs, and invitations) are the responsibility of the Contractor. Contractor agrees to maintain in good standing a business license issued by the City during the term of this agreement, if required by the Carson Municipal Code. All appearances of Contractor that will be made as a representative of City shall be approved by the Public Services General Manager or by his designee. SECTION 2 — PAYMENT PROCEDURES AND REQUIREMENTS A. City shall pay Contractor for the performance of the services set forth in this agreement the sum not to exceed $31,354.00. Payment to Contractor will be charged to account no. 01-90-990-153-6005 and shall be made on the third Register of Demand as follows: 1. 50% of the total amount in July, 2007. ($15,677.00) 1. 25% of the total amount in October, 2007. ($7,838.5 2. 25% of the total amount in January or April, 2008. ($7,838.50) B. Funds may only be expended in accordance with a budget to be prepared by the Contractor and approved by the Public Services General Manager or his designee. The budget should be prepared as a line item budget, and shall be broken down by event. The budget must be in a format prescribed by the City. It shall be detailed and must provide specific sums for such items as salaries, fringe benefits, sets, rentals, musical scores, orchestration, publicity, props, costumes, printing, insurance, transportation, make-up, band and all other expenses. C� The Contractor shall submit the approved final budget to the Fine Arts Section of the Public Services Workgroup and the Accounting Division of the Administrative Services Workgroup three (3) weeks in advance of the scheduled payment date. No funds will be released to the Contractor until the approved final budget is received by the City. D. Invoices and/or official receipts for actual expenditures must be submitted on a quarterly basis (July, October, January, April) to the Accounting Division on the 15" day following the end of each calendar quarter. In addition, within thirty (30) days after the conclusion of the event, the Contractor must submit a final accounting of actual revenues and expenditures for the event in a format prescribed by the City. Failure to submit the required documentation in a timely manner may result in a delay of payments to the Contractor. E. A separate bank account shall be maintained for each City funding source. Proof of compliance with this provision such as bank statements may be required for the audit purpose by the Accounting Division. F. The City requires that all gross revenues, donations, interest income, etc. must be reported. G. All city -funded performances, concerts, or other programming shall be offered at no cost to the participants/attendees. H. Contractor shall provide the City, on a quarterly basis (July, October, January, April), with an inventory of all equipments, props, uniforms, musical instruments, and costumes purchased with City funds no later than the 15 th day following the end of each quarter. In addition, within thirty (30) days after the conclusion of each event, the Contractor must submit a final inventory list to the Accounting Division. This list must be attached to the report required in Section 2.D. The inventory list shall conform to the format prescribed by the City. 1. All materials purchased with City funds shall be the property of the City and will be given to the City upon termination of the contract. J. At the conclusion of the contract term, any funds not spent or unaccounted for will be returned to the City. Contractor may be subject to an audit by the Accounting Division. SECTION 3 — INDEPENDENT CONTRACTOR/INDEMNITY A. Contractor is, and shall at all times remain to City, as a wholly independent contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor any of its agents shall have control over the conduct of Contractor or any of Contractor's employees. Contractor shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner employees of the City or that any programs conducted by the Contractor are official City programs. B. Contractor agrees to hold harmless and indemnify City and its officers, elected officials, members of boards and commissions, employees, servants, volunteers, and agents serving as independent contractors in the role of city or agency officials, (collectively, the "Indemnities"), from any claim, demand, damage, liability, loss, cost or expense, for any damage whatsoever, including but not limited to death or injury to any person and injury to any property, resulting from the acts or failures to act of Contractor or any of its officers, employees, subcontractors, agents, volunteers, participants, guests, or invitees arising or claimed to arise, directly or indirectly, out of, in connection with, resulting from, or related to the Agreement or the performance or failure to perform any term, provision, covenant, or condition of the Agreement, including this indemnity provision. This indemnity provision is effective regardless of any prior, concurrent, or subsequent negligent act or omission by Indemnities and shall operate to fully indemnify Indemnities against any such acts or omission, except for Indemnities' active negligence or willful misconduct. Payment is not required as a condition precedent to Indemnities' right to recover under this indemnity provision, and an entry of judgment against Indemnities shall be conclusive in favor of the Indemnities right to recover under this indemnity provision. Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnities, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent, or subsequent act or omission, negligent or otherwise, by Indemnities, except for Indemnities' active negligence or willful misconduct. Contractor agrees that its covenant under this indemnity provision shall survive the termination of this Agreement and is in addition to any other rights or remedies that Indemnities may have under the law. SECTION 4 — TERMINATION This agreement may be terminated by either party, with or without cause, upon 30 days written notice. Upon termination as provided hereunder, Contractor shall return all equipment purchased with City funds. City shall pay Contractor for all purchases and expenditures made or obligations incurred by the Contractor prior to the date of termination, so long as said purchases or expenditures made or obligations incurred are in conformity with the budget prepared in accordance with Section 2.13. In the event the funds paid by the City exceed said purchases and expenditures made for obligations incurred by Contractor, Contractor shall remit said balance to City. Back to To SECTION 5 — INSURANCE REQUIREMENTS Contractor shall obtain and maintain during the term of this agreement the following coverages and endorsements: A. Comprehensive General Liability Insurance in amounts not less than $500,000 for bodily injury arising out of any one occurrence and $500,000 in the aggregate, and $500,000 for property damage arising out of any one occurrence and $500,000 in the aggregate, or a combined single limit of $500,000 per occurrence, $500,000 aggregate. B. Comprehensive Automobile Liability Insurance in amounts not less than $100,000 for bodily injury to any one person, $300,000 arising out of each accident and $50,000 for property damages. A combined single limit of $300,000 is also acceptable. Such insurance shall name the City of Carson and the Carson Redevelopment Agency and their officers, employees, agents, elected officials, members of boards or commissions, and volunteers as additional insured parties. Coverage must include the provisions prescribed by the City. Contractor shall file and maintain the required endorsements and certificates of insurance with the Risk Management Division of the City at all times during the term of this agreement. The endorsements and certificates are to be filed prior to the commencement of work and should state clearly: The additional insured requested. 2. Insurance is to be primary to that of the additional insured. 3. Cross liability clause. 4. The insurance afforded to the additional insured shall apply as primary insurance and no other insurance maintained by the additional insured will be called upon to contribute with the insurance provided by the Contractor. 5. Any notice of change or cancellation of insurance must be provided thirty days prior to the change or cancellation to: The City of Carson Risk Management Division P.O. Box 6234 Carson, CA 90749 This agreement is executed by the city on this 17 th day of July, 20 07. CONTRACTOR'S SIGNATURE mlqa C"tcetj PRINT NAME CITY OF CARSON: Y 7;4 ANAGER ADMI)NSTRATIVE S`EF��ES GENERAL MANAGER APPROVED AS TO FORM: CIT4TTOR=NEY ATTEST: '��7,1,7 -7 -:�LC�ITCLERKjk� -1 - jg--o DATE TITLE PUBLI ERVICES GENE AL MAN R ('tL HUMAN SERVICES DIVISION MANAGER MAYOR