HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-006Temp. Reso. # 11337
January 14, 2008
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2008- O&
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
TAMARAC, AWARDING BID NO. 08-01 B ENTITLED "UTILITY
SERVICE BILL PROCESSING" AUTHORIZING THE APPROPIATE
CITY OFFICIALS TO EXECUTE AN AGREEMENT BETWEEN THE
CITY OF TAMARAC AND PRIDE ENTERPRISES, INC. FOR A
TWO-YEAR TERM COMMENCING ON DATE OF AWARD, AT A
UNIT COST OF $0.1109 PER BILL, WITH TWO (2) OPTIONAL
TWO-YEAR RENEWAL OPTIONS; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City Commission of the City of Tamarac desires to
provide a consistently high level of customer service; and
WHEREAS, the City of Tamarac currently produces approximately 19,700
utility bills per month; and
WHEREAS, the City of Tamarac publicly advertised Bid No. 08-01 B for
Utility Service Bill Processing (incorporated by reference herein as Exhibit 1 and
on file in the City Clerk's Office) in the Sun -Sentinel on October 7, and October
14, 2007; and
WHEREAS, bids were received from
• Municipal Code
• SunGard
AXIS
• Data Prose
0 Southwest Direct
Temp. Reso. # 11337
January 14, 2008
Page 2
PRIDE Enterprises; and
WHEREAS, on November 7, 2007, six (6) bids were opened and reviewed
in order to determine cost and responsiveness to the City's technical
specifications (Copy of Bid Tabulation Sheet hereto attached as Exhibit 2); and
WHEREAS, PRIDE Enterprises, Inc. provided the lowest responsive and
responsible bid (incorporated by reference herein as Exhibit 3 and on file in the
City Clerk's Office) for utility bill processing services; and
WHEREAS, funding is available in the Financial Services Customer
Service budget for this purpose; and
WHEREAS, the City has the option to renew the contract for two (2)
additional two (2) year periods under the same terms and conditions as the
original agreement; and
WHEREAS, the City Manager, Director of Financial Services and
Purchasing and Contracts Manager recommend that Bid No. 08-01 B be awarded
to PRIDE Enterprises, Inc. for outsourcing utility bill services at a unit cost of
$0.1109 per bill, or approximately $26,217 per year or based on the Bid
specification of 19,700 bills; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it
to be in the best interest of the citizens and residents of the City of Tamarac to
award Bid 08-01 B to PRIDE Enterprises, Inc., for utility bill service processing
services, and execute an agreement (attached hereto as Exhibit 4) to provide for
outsourcing of the City's Utility billing function, in an approximate amount of
$26,217 per year, based on 19,700 bills per month.
I I
1
Temp. Reso. # 11337
January 14, 2008
Page 3
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA:
SECTION 1: The foregoing "WHEREAS" clauses are hereby
ratified and confirmed as being true and correct and are hereby made a specific
part of this Resolution.
SECTION 2: Bid No. 08-01 B Entitled Utility Bill Service Processing
Services is hereby awarded to PRIDE Enterprises, Inc.
SECTION 3: The appropriate City Officials are hereby authorized
to execute an agreement, (attached as Exhibit 4), between the City of Tamarac
and PRIDE Enterprises, Inc. for utility bill service processing services, at a unit
cost of $0.1109 per utility bill per month, from date of award, with the option for
two (2) one-year renewals. The unit cost of $0.1109 shall remain fixed for the full
term of the contract.
SECTION 4: All resolutions or parts of resolutions in conflict
herewith are hereby repealed to the extent of such conflict.
SECTION 5: If any clause, section, other part or application of this
Resolution is held by any court of competent jurisdiction to be unconstitutional or
invalid, in part or application, it shall not affect the validity of the remaining
portions or applications of this Resolution.
SECTION 6: This Resolution shall become effective immediately
upon its passage and adoption.
PASSED, ADOPTED AND APPROVED this c23 day o .
2008.
ATTEST:
MARION SWENSON, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
SAMUEL S. QOREN
CITY ATTORNEY
Temp. Reso. # 11337
January 14, 2008
Page 4
nETH FLANSBAUM-T LABISCO, r-
MAYOR
RECORD OF COMMISSION'
MAYOR FLANSBAUM-TALABISCO
DIST 1: V/M PORTNER
4164t-
DIST 2: COMM ATKINS-GRA
DIST 3: COMM. SULTANOF
DIST 4: COMM. DRESSLER UL
Ll
1
1
a
IM
_l
= rL m
Q, mll-CD i a Iw
n»
6Nos�<a
6om
Emma
(DD In-
�+
l1 nl la
la
1° ` i°
D
n .0
::Y
> >CL
9
�hI
-
-
j
Z
w
CD °
t
O
O
O
C
-4
O
O
vv
n
c
O
O
o
O
O
O
69
(n
(n
Hi
69
ffl
69
..
C
O
O
O
O
�
�
S p
O
Cn
N
CCn
CoD
(n
N
(O
y
C
II
N
fmi P
69III CAI (9 E9
A A N W
<}
fA
(n
N
iA
69
m n
m
m
y
N
N
(n
v
v
69
coo
m
A
69
(a(O
A7
co
A
Cq (n Cn m
CD
(n
O
Cn
Cn
m
Cn Cn -
o
min
O
O
es,
O
O
O
I n
Ln
fn
E9
69
fig
fA
G
6�q 6A
.t,
CD
O
(D
O
O
O
v
;
V A V 3
N
O
O
OOo
N^?
03
j
NO)
w
+
k �
P]
_
N
Ch
p O
A
W
(A
O
Q
O
O
O
O
O
O
O
!A
{A
69
O
O
O
O
O
O
O
OW
A
y
COn
O
CD
m
W
CD
CT
O
11
to
di
6V9
r
(n (n (n ,'.
''.
CD
C9
m
co
co
V
o
Cn Oo N
(n C"I R) p
00
p
69
O
01
O
W
Cn
O
RJ
cD
(T fn O
CO
O
A
V
O
O
A
A
I
(n
69
69
49
69
<A
z
c j
O
O
O
O
O
O
? m
(o
I
~
cn
cn
Cn
CD
o
n'
of
l
a
xa
P
69
N
n
I I
fA
O
69
O
CNO
Cn
v
V
V>
O
("
to
CND
Cn
C(.0D
A
C7)
v
p
-
Cn
O
in
CT
O
O
n
m
O
0
0
O
C]
O
n
O
CD
f.9
E9
E9
(h
V1
'i II
(n
o
ao
V
co
(n
cn
(.ncn
U,
y �
w
m
�
IT
[n
�
N
[9
�
�
m IT
W
Cn
N
IV
N
CH
v n
N
fA
Cn
(n
fA
CDth
O
to
(n
co
Cn
V
?
--
� �
O
O0)
W
O
N
Cn
(n
CA
O
O
O
O
O
O
O
O
11O
6W
f9
[n
to
69
ER
169
[1
A
Cn
w
"
3*
W
W
W
A
(3l
III
N N N N
d+
m
III
_
w
f9
Ln
N
69
E9Pi
0
(p N V
do
69
0)
w
69
�
V
A A W W
O
0
CD
A
O
W
CD
cD
W
coO
Oo
Cn
O
W"
co
O
05
O
Cn
W W Cn N ;.
N.
'.
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
PRIDE ENTERPRISES
THIS AGREEMENT is made and entered into this ��day of
, 200t by and between the City of Tamarac, a municipal corp ation with
principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and
Pride (Prison Rehabilitative Industries and Diversified Enterprises Inc.) a non-profit
Florida corporation, with principal offices located at 12425 28t" Street N., St. Petersburg,
FL 33716 (the "Contractor") to provide for utility bill processing services.
Now therefore, in consideration of the mutual covenants hereinafter set forth, the
City and Contractor agree as follows:
1) The Contract Documents
The contract documents consist of this Agreement, Bid Document No. 08-01 B,
including all conditions therein, (General Terms and Conditions, Special Conditions and/or
Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's
bid/proposal included herein, and all modifications issued after execution of this Agreement.
These contract documents form the Agreement, and all are as fully a part of the Agreement
as if attached to this Agreement or repeated therein. In the event that there is a conflict
between Bid 08-01 B as issued by City, and the Contractor's Proposal, 08-01 B as issued by
the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of
a conflict between this document and any other contract documents, this Agreement shall
prevail.
2) The Work
2.1. The Contractor shall perform all work for the City required by the contract
documents as set forth below:
2.1.1 Contractor shall furnish all labor, materials, and equipment necessary
to comply with Bid 08-01 B specifications and scope of work.
2.1.2 Contractor shall supervise the work force to ensure that all workers
conduct themselves and perform their work in a safe and professional
manner. Contractor shall comply with all OSHA safety rules and
regulations in the operation of equipment and in the performance of
the work. Contractor shall at all times have a competent field
supervisor on the job site to enforce these policies and procedures at
the Contractor's expense.
2.1.3 Contractor shall provide the City with seventy-two (72) hours written
notice prior to the beginning of work under this Agreement and prior to
").
any schedule change with the exception of changes caused by
inclement weather.
2.1.4 Contractor shall comply with any and all Federal, State, and local laws
and regulations now in effect, or hereinafter enacted during the term
of this Agreement, which are applicable to the Contractor, its
employees, agents or subcontractors, if any, with respect to the work
and services described herein.
3) Insurance
31. Contractor shall obtain at Contractor's expense all necessary insurance in
such form and amount as specified in the original bid document or under
legal limit and rights that may be reserved under Florida Statute before
beginning work under this Agreement including, but not limited to, Workers'
Compensation, Commercial General Liability, and all other insurance as
required by the City, including Professional Liability when appropriate.
Contractor shall maintain such insurance in full force and effect during the life
of this Agreement. Contractor shall provide to the City's Risk and Safety
Manager certificates of all insurances required under this section prior to
beginning any work under this Agreement. The Contractor will ensure that all
subcontractors comply with the above guidelines and will retain all necessary
insurance in force throughout the term of this agreement.
3.2. Contractor shall indemnify and hold the City harmless for any damages under
legal limit and rights that may be reserved under Florida Statute resulting
from failure of the Contractor to take out and maintain such insurance.
Contractor's Liability Insurance policies shall be endorsed to add the City as
an additional insured. Contractor shall be responsible for payment of all
deductibles and self-insurance retentions on Contractor's Liability Insurance
policies.
4) Time of Commencement and Substantial Completion
The work to be performed under this Agreement shall be commenced and fully
operational not later than sixty (60) days after City execution of the Agreement. Services
shall be for two (2) years from execution of Agreement and subject to renewal provisions.
5) Contract Sum
The Contract Sum for the above work is based on Unit Prices bid for Items 1A, 2,
and 3B as bid by Contractor for a total Unit Price of 0.1109 per utility bill, times an
approximate quantity of 19,700 bills monthly.
6) Payments
Payment will be made monthly for work that has been completed, inspected and
properly invoices. City has up to thirty (30) days to review, approve and pay all invoices
after receipt. All payments shall be governed by the Local Government Prompt Payment
Act, F.S., Part VII, Chapter 218.
7) Indemnification
7.1 The Contractor shall indemnify and hold harmless the City, its elected and
appointed officials, employees, and agents from any and all claims, suits,
actions, damages, liability, and expenses (including attorneys' fees) in
connection with loss of life, bodily or personal injury, or property damage,
including loss of use thereof, directly or indirectly caused by, resulting from,
arising out of or occurring in connection with the operations of the Contractor
or its officers, employees, agents, subcontractors, or independent
Contractors, excepting only such loss of life, bodily or personal injury, or
property damage solely attributable to the gross negligence or willful
misconduct of the City or its elected or appointed officials and employees.
The above provisions shall survive the termination of this Agreement and
shall pertain to any occurrence during the term of this Agreement, even
though the claim may be made after the termination hereof. This article is
also subject to Contractor's legal limits and rights reserved as may be
applicable under Florida Statute.
7.2 Upon completion of all Services, obligations and duties provided for in this
Agreement, or in the event of termination of this Agreement for any reason,
the terms and conditions of this Article shall survive indefinitely.
i. The Contractor shall pay all claims, losses, liens, settlements or
judgments of any nature whatsoever in connection with the foregoing
indemnifications including, but not limited to, reasonable attorney's fees
(including appellate attorney's fees) and costs.
ii. City reserves the right to select its own legal counsel to conduct any
defense in any such proceeding and all costs and fees associated
therewith shall be the responsibility of Contractor under the
indemnification agreement.
7.3 Nothing contained herein is intended nor shall be construed to waive City's
rights and immunities under the common law or Florida Statutes 768.28, as
amended from time to time.
8) Non -Discrimination & Equal Opportunity Employment
During the performance of the Contract, the Contractor shall not discriminate
against any employee or applicant for employment because of race, color, sex, religion,
age, national origin, marital status, political affiliation, familial status, sexual orientation, or
disability if qualified. The Contractor will take affirmative action to ensure that employees
are treated during employment, without regard to their race, color, sex, religion, age,
national origin, marital status, political affiliation, familial status, sexual orientation, or
disability if qualified. Such actions must include, but not be limited to, the following:
employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff
or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The Contractor shall agree to post in conspicuous places,
available to employees and applicants for employment, notices to be provided by the
no
....... ......... .......
i
contracting officer setting forth the provisions of this nondiscrimination clause. The
Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made
aware of and will comply with this nondiscrimination clause.
9) Independent Contractor
This Agreement does not create an employee/employer relationship between the
Parties. It is the intent of the Parties that the Contractor is an independent contractor under
this Agreement and not the City's employee for any purposes, including but not limited to,
the application of the Fair Labor Standards Act minimum wage and overtime payments,
Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment
Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation
Act, and the State Unemployment Insurance law. The Contractor shall retain sole and
absolute discretion in the judgment of the manner and means of carrying out Contractor's
activities and responsibilities hereunder provided, further that administrative procedures
applicable to services rendered under this Agreement shall be those of Contractor, which
policies of Contractor shall not conflict with City, State, or United States policies, rules or
regulations relating to the use of Contractor's funds provided for herein. The Contractor
agrees that it is a separate and independent enterprise from the City, that it had full
opportunity to find other business, that it has made its own investment in its business, and
that it will utilize a high level of skill necessary to perform the work. This Agreement shall
not be construed as creating any joint employment relationship between the Contractor and
the City and the City will not be liable for any obligation incurred by Contractor, including
but not limited to unpaid minimum wages and/or overtime premiums_
10) Assignment and Subcontracting
Contractor shall not transfer or assign the performance required by this Agreement
without the prior consent of the City. This Agreement, or any portion thereof, shall not be
subcontracted without the prior written consent of the city.
11) Notice
Whenever either party desires or is required under this Agreement to give notice to
any other party, it must be given by written notice either delivered in person, sent by U.S.
Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as
follows:
CITY
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONTRACTOR
Pride Enterprises Inc.
12425 28th Street, N.
St. Petersburg, FL 33716
(727) 572-1987
12) Termination
12.1 Termination for Convenience: This Agreement may be terminated by the
City for convenience, upon seven (7) days of written notice by the City to the
Contractor for such termination in which event the Contractor shall be paid its
compensation for services performed to termination date, including services
reasonably related to termination. In the event that the Contractor abandons
this Agreement or causes it to be terminated, Contractor shall indemnify the
city against loss pertaining to this termination.
12.2 Default by Contractor: In addition to all other remedies available to the City,
this Agreement shall be subject to cancellation by the City for cause, should
the Contractor neglect or fail to perform or observe any of the terms,
provisions, conditions, or requirements herein contained, if such neglect or
failure shall continue for a period of thirty (30) days after receipt by
Contractor of written notice of such neglect or failure.
13) Uncontrollable Forces
13.1 Neither the City nor Contractor shall be considered to be in default of this
Agreement if delays in or failure of performance shall be due to
Uncontrollable Forces, the effect of which, by the exercise of reasonable
diligence, the non -performing party could not avoid. The term "Uncontrollable
Forces" shall mean any event which results in the prevention or delay of
performance by a party of its obligations under this Agreement and which is
beyond the reasonable control of the nonperforming party. It includes, but is
not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot,
civil disturbance, sabotage, and governmental actions.
13.2 Neither party shall, however, be excused from performance if
nonperformance is due to forces, which are preventable, removable, or
remediable, and which the nonperforming party could have, with the exercise
of reasonable diligence, prevented, removed, or remedied with reasonable
dispatch. The nonperforming party shall, within a reasonable time of being
prevented or delayed from performance by an uncontrollable force, give
written notice to the other party describing the circumstances and
uncontrollable forces preventing continued performance of the obligations of
this Agreement.
14) Agreement Subject to Funding
This agreement shall remain in full force and effect only as long as the expenditures
provided for in the Agreement have been appropriated by the City Commission of the City
.
of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to
termination based on lack of funding.
15) Venue
This Agreement shall be governed by the laws of the State of Florida as now and
hereafter in force. The venue for actions arising out of this agreement is fixed in Broward
County, Florida.
16) Signatory Authority
The Contractor shall provide the City with copies of requisite documentation
evidencing that the signatory for Contractor has the authority to enter into this Agreement.
17) Severability; Waiver of Provisions
Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction
shall, as to such jurisdiction, be ineffective to the extent of such prohibition or
unenforceability without invalidating the remaining provisions hereof or affecting the validity
or enforceability of such provisions in any other jurisdiction. The non -enforcement of any
provision by either party shall not constitute a waiver of that provision nor shall it affect the
enforceability of that provision or of the remainder of this Agreement.
18) Merger; Amendment
This Agreement constitutes the entire Agreement between the Contractor and the
City, and negotiations and oral understandings between the parties are merged herein.
This Agreement can be supplemented and/or amended only by a written document
executed by both the Contractor and the City.
19) No Construction Against Drafting Party
Each party to this Agreement expressly recognizes that this Agreement results from
the negotiation process in which each party was represented by counsel and contributed to
the drafting of this Agreement. Given this fact, no legal or other presumptions against the
party drafting this Agreement concerning its construction, interpretation or otherwise accrue
to the benefit of any party to the Agreement, and each party expressly waives the right to
assert such a presumption in any proceedings or disputes connected with, arising out of, or
involving this Agreement.
Remainder of Page Intentionally Blank
.r
IN WITNESS WHEREOF, the parties have made and executed this Agreement on
the respective dates under each signature. CITY OF TAMARAC, signing by and through its
Mayor and City Manager, and CONTRACTOR, signing by and through its President
duly authorized to execute same -
ATTEST.
CITY OF TAMARAC
Beth Flansbaum-Talabisco, Mayor
Date
Jeffrey L. M(Iler, City Manager
/d/-N /y 1?
Marion Swenson, CIVIC Date
City Clerk
J/ W Appr ved as to form and legal sufficiency:
Date
Cit Attorney
ATTEST:
.. Signature of Golparatc Secretary
pe/Print Na e of President/Owner
Pride Enterprises, Inc.
Company Name
Rebecca Smith
Type/Print Name of Corporate Secy.
Jack Edgemon
Signature of President
(CORPORATE SEAL) Date
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State
aforesaid and in the County aforesaid to take acknowledgments, personally appeared
Jack Edgemon, of Pride Enterprises Inc, a Florida Corporation, to me known to be the
person(s) described in and who executed the foregoing instrument and acknowledged
before me that he/she executed the same.
WITNESS my hand and official seal this. day of L i .�,, r { , 20
ivlY COMMISSION A L)l7)689421
',?& EXPIRES June 26, 2011
40T 3Bt3.0153 FlorldallotaryServioexom
Signature of Notary Public
State of Florida at Large
I1
Print, Type or Stamp
Name of Notary Public
} Personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
❑ DID NOT take an oath.