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. .