Loading...
AGREEMENT-PROVIDE 100 SUMMER JOBS FOR TARGETED YOUTH OVER A SIX WEEK PERIOD .. . I I AGREEMENT THIS AGREEMENT, made and entered into on the ~ day of , 19!1.J by and between Career Options of Pinella~Inc. (herein referred to as the" ontractor") and the City of Clearwater, Florida (herein referred to as the "City"), hereby incorporates by reference the City of Clearwater's "Standard Requirements for Requests for Proposals"; Exhibit A - Insurance Requirements; Request for Proposal City of Clearwater Summer Youth Employment Program; and the Contractor's Proposal which was submitted in response to the City's Request for Proposal. 1. The Contractor shall furnish all material and perform all of the work for administration of the 1997 Summer Youth Employment Program of the City in full and complete accordance with the following goals: a. To provide 100 summer jobs for targeted youth over a six week period in local private industry at a cost of $155,853.44. b. To achieve a 75 % satisfaction rating (Satisfactory or higher) from employers participating in and parents/guardians of youth participating in the Summer Jobs Program. c. To obtain program evaluations from at least 75 % of all summer youth participants and also from at least 75 % of the parents/guardians of youth participating in the program. d. The City and the Contractor will implement the following: (1) Fifty percent (50 %) of the population to be served will consist of high school dropouts who are 16 years of age and any youth who are 17 to 23 years of age. Additionally, 90% of the participants will reside in the targeted geographical areas. (2) Include a measure of youth satisfaction with the program as part of the data collection. (3) Collect and analyze information about youth who applied but did not enroll in the Program and for Program dropouts. (4) Set minimum service parameters, such as number of youth to be served, number of employers to participate, number of hours of pre-employment training for youth/employers. (5) Determine the amount and content of pre-employment training, who should provide the training, who should participate, and some form of evaluating the effectiveness of the training. . 1 Y' lee,' r:+X~j{dz- I ~/ (6) The administrator of the contract will present the City with a final report on the /; . /. /,'--. I ' ;' / l) '. I I program no later than October 1st following completion of the program. (7) Develop a pilot program wherein a minimum of 20 % of the total number of employers will pay at least $1.00/hour towards the youths' hourly wages. 2. All provisions of this contract shall be strictly complied with and conformed to, and no amendment to this Contract shall be made except upon the written consent of the parties, which consent shall not be unreasonably withheld. No amendment shall be construed to release either party from any obligation of this contract except as specifically provided for in such amendment. 3. Within thirty (30) days after execution of this Contract by all parties, the City will pay $30,000 for start-up and other costs associated with the implementation of the program, including staffing and administrative expenses. An additional $70,000 will be paid on June 10, 1997, and a final payment of $55,853.44 will be paid on July 10, 1997. The City's maximum liability under this contract shall not exceed $155,853.44, and at the end of this contract all unencumbered funds will be returned to the City. 4. In the event that any provision or portion of this contract shall be found to be invalid or unenforceable, then such provisions or portion thereof shall be performed in accordance with the applicable laws. The invalidity or unenforceability of any provision or portion of this contract shall not affect the validity or enforceability of any other provision or portion of this contract. 5. This contract will be effective from date of award through completion of the 1997 Summer Youth Employment Program and upon agreement of the City and the Contractor, may be extended annually for one additional year. By giving at least thirty (30) days written notice to the other party prior to January 1, 1998, both parties must decide to extend this agreement for an additional year. CITY OF CLEARWATER, FLORIDA By: ~ht~ City age}: Approved as to form and legal sufficiency: Attest: fil-~---<- slie Dougall-Sides, Attorney ~~ty Contractor CAREER OPTIONS OF PINELLAS, INC. kk I I Stlodln! Reaulrements for "Reo.all for Prooosab" 1. Rlrbt to Prot~t . Any actual or prospective bidder who Is aggrieved ill connection with the solicitation or a"ard or a coDtract DJay seek raolutJoD or blslher complaints by coDtutlnl the PurchaslDI Manaaer. 1. No Correc:tlons Once a competitive proposal IS submitted, the City sbaU Dot a<<cpt IOY reqUClt by I.y propoHr to correct errors or omissions In Iny calculatJoas or competitive price submitted. 3. Openness of Prwuremeot PI'OCq! Written competJttve proposals, other submwloDJ, corrapondente, IDd aU recorcb made thettor, a.s weD a.s negoUatloJU conducted punulnt to this RFPt .h.n be laaudled Ia compllaau wftJI Cbapters 119 aDd 286F1orkla Statutes. The CItJ cfves DO usurance as to tbe eonOdentJaUty of Any portion of any proposal once submitted. 4. No CoUoslon By offering. submwloa to the RFPt the proposer certifies the proposer bas not dlyuleed to, discDSSed or compared hblher competitive proposal with otber proposers and Is.., Dot ~oJluded with any other proposers or pal"1k5 to this competitive proposal whatsoever. So Informality WalverlReledJOD or Bids The City reserves the rigbt to reJ<<t aDY or aD rtrpoILHS aDd to waive any Irreeulartty, varlaace or informaDty wbether technical or substantialia aatne, In keeplnl with the best Interests of tbe aty. 6. Appropriations alU$e The aryt as an enUty or government, Is .ubJectto the appropriation 01 funds by Its legislative body in an amoont sufficient to taDow contlnuatloa of It! performaoce In accordance with tile terms and cODdltlons of tbls contract ror each IDd every flscal year roDowing the flsul year Ia wblda tbis COD tract sbaD remain I.n effect. Upoa Itotke that .amcleDt fuods are Dot tvallable iD tbe subsequent fisCal years, the 01y .ball tberufter be released of.U terms and otber conditions. Revised 7fOS196 'I"" t ~ J I EXHIBIT A ----... - to CITY OF CLEARWATER RFP # 40-97 INSURANCE REQUIREMENTS 1. Insurance. The Vendor shall furnish, pay for, and maintain during the life of the contract with the City the following liability coverages: a. Comprehensive General Liability insurance on an "occurrence" basis in an amoul1t not less than $500,000 combined single limit Bodily Injury Liability and Property Damage Liability. b. Business Auto Liability insurance on an "occurrenceu basis in an amount not less than $500,000, for liability arising out of operation, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use. c. Worker's Compensation Insurance applicable to its employees, if any, for statutory coverage limits in compliance with Florida lawp. 2. Additional Insured. The City is to be specifically included as an additional insured on all liability coverage described above. 3. Notice of Cancellation or Restriction. All policies of insurance must be endorsed to provide the City with thirty (30) day's notice of cancellation or restriction. 4. Certificates of Insurance/Certified Copies of Policies. The Vendor shall provide the City with a certificate or certificates of insurance showing the existence of the coverages required by this RFP. The Vendor will maintain these coverages with a current certificate or certificates of insurance throughout the term stated in the proposal. When specifically requested by City in writing, the Vendor will provide City with certified copies of all pol~cies of insurance as required above. New certificates and new certified copies of policies, if certified copies of policies have been requested, shall be provided City whenever any policy is renewed, revised, or obtained from other insurers. . ~ ~ , I 5. The address where such certificates and, certified polices shall be sent or delivered is as follows: City of Clearwater Attention: City Clerk P.O. Box 4748 Clearwater, FL 34618-4748 6. The Vendor shall defend, indemnify, save and hold the City harmless from any and all claims, suits, judgments and liability for death, personal injury, bodily injury, or property damage arising directly or indirectly from the performance by Vendor, its employees, subcontractors, or assigns, including legal fees, court costs, or other legal expenses. Vendor acknowledges that it is solely responsible for complying with the terms of this RFP. In addition, the Vendor shall, at its expense, secure and provide to City, prior to beginning performance of its contract with the City, insurance coverages as required herein. 7. Any party providing services or products to the City will be expected to enter into a written agreement, contract, or purchase order with the City that incorporates, either in writing or by reference, all of the pertinent provisions relating to insurance and insurance requirements as contained herein. A failure to do so may, at the sole option of the City, disqualify any bidder or proposer of services and/or products to the City. .