Loading...
DIVISION OF ALCOHOLIC BEVERAGES AND TOBACCO/CONTRACT FOR TOBACCO ENFORCEMENT (SCHOOL PROXIMITY) !' ~ . _.1 I DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION DIVISION OF ALCOHOLIC BEVERAGES AND TOBACCO AND CITY OF CLEARWATER. FLORIDA CONTRACT FOR TOBACCO ENFORCEMENT (SCHOOL PROXIMITY) CONTRACT NUMBER The Department of Business and Professional Regulation, Division of Alcoholic Beverages and Tobacco ("DABTn) Is concerned about the availability of tobacco products to underage persons. In an effort to reduce this availability, DABT seeks to Increase tobacco enforcement activities. PARTIES: This contract is made and entered Into by and between DABT and CITY OF CLEARWATER, FLORIDA . hereinafter referred to as the CONTRACTOR, to conduct School Proximity Tobacco Enforcement (I&SPTEn) investigations as more fully described below. This contract Is exclusive and personal and may not be assigned by the CONTRACTOR In whole or In part. PROGRAM: School Proximity Tobacco Enforcement: The SPTE Program provides for both compliance investigations of retail vendors of tobacco products and tobacco possession enforcement In close proximity to public and private schools. This program seeks to create a tobacco Influence free zone around schools. The compliance investigations will be performed within close proximity of assigned schools and piaces where youth congregate, utilizing an underage operative to make controlled purchases of tobacco .products. Clerks selling tobacco products to underage persons will be charged criminally. Stores where such violations occur will have their tobacco permits _ subject to administrative proceedings. Tobacco possession investigations will be conducted within close proximity of the assigned schools and places where youth congregate. An underage person found to be in possession of tobacco products will be issued a civil citation for the offense. The SPTE Program is more fully discussed and explained in the Statement of Work attached as an Addendum to this contract. CONTRACT TERM AND CONSIDERATION: Contractual services may begin upon the date of full execution of this contract by DABT and the CONTRACTOR, and contractual services shall end no later than six months thereafter. CONTRACTOR will not be paid for any ,work completed before the full execution of the contract by CONTRACTOR and DABT, and neither this contract nor a renewal thereof shall extend beyond June 30, 1999. Each investigation conducted pursuant to this contract will be called a I&Unitn of work and each Unit shall consist of ten (10) man-hours. Of the ten man-hours included in each Unit, eight hours (four for each officer) shall be dedicated to on-site 6/23/98 - FINAL ~- -~ /1 ,. Uf. / . - - / ,": '--' -- /' (1/ 1 I Investigation, and two hours (one for each officer) shall be allowed for preparation, travel, and report writing. For each Unit the total consideration shall include the overtime rate for officers multiplied by ten, plus one hour of supervisory overtime, each of which Is established in the attached Affidavit of Costs. As stated in the Affidavit of Costs, these overtime rates are inclusive of benefits, payroll taxes and other mandatory payroll deductions. Other administrative costs will be considered for reimbursement, but will only be paid pursuant to a detailed invoice. Other fixed costs, such as for training, supplies and evidence shall be set forth separately on the Cost Summary and will be reimbursed if supported by appropriate documentation. The consideration per Unit for this contract will be $345.25 (overtime rate times ten, plus one hour of supervisory overtime). The total consideration for the contract will also Include any other fixed costs as set forth in the Cost Summary and supported by appropriate documentation. The total number of SPTE investigations (Units) to be conducted pursuant to this contract shall be 70 SPECIAL PROVISIONS 1. ADVERTISING / MEDIA INFORMATION: The CONTRACTOR agrees to prior coordination with DABT of any advertising or media contact. 2. PROPRIETARY INTEREST: Anything, by whatsoever designation it may be known, that is produced, created, reviewed, developed, or implemented In connection with this contract shall remain the exclusive property of DABT and may not be copyrighted, patented, trademarked or othelWise restricted pursuant to state or federal law or regulation. Neither the CONTRACTOR nor any other organization or individual employed under this contract shall have any proprietary interest in any product, system or program produced, created, reviewed, developed, Implemented, or delivered pursuant to this contract. 3. SERVICES: The CONTRACTOR shall perform and render as an independent contractor and not as an agent, representative, or employee of CABT, all the services described herein in a proper and satisfactory manner as determined by DABT in its reasonable sole discretion. 4. CONTRACT REQUIREMENTS: The CONTRACTOR is required to perform SPTE Investigations which are to Include: 1) retail compliance investigations utilizing underage operatives and/or 2) enforcement of statutes regarding possession of tobacco products by underage persons within approximately one half mile of a public or private school or in other areas where youth congregate. The Statement of Work attached as an Addendum to this contract more fully and completely sets forth the overview and specifics relating to the SPTE 6/23/98 - FINAL 2 ] I Program. 5. COSTS AND EXPENSES: Any law enforcement agency which furnishes equipment pursuant to this contract shall bear any loss or damage to such equipment and shall pay any expense Incurred In its operation and maintenance. Therefore each agency shall be responsible for its own expenses Incurred during the course of the investigation unless otherwise agreed upon in writing by both DABT and the CONTRACTOR. Each party agrees to furnish necessary personnel, equipment, resources and facilities and to render services under the contract as required. All expenses normally associated with the employment of personnel, such as salary, travel expenses, per diem and other benefits, shall be borne by the employing agency. In the event equipment is loaned from one party to another pursuant to this contract, the borrowing party agrees to bear any costs pertaining to use, damage, or loss of the equipment. Time and travel costs incurred in testifying in any hearing or court appearance generated as a result of any SPTE investigation and directly related to the enforcement of Florida's tobacco or alcohol statutes will be compensated in the manner that is customary for witnesses and mileage and will be in accordance with Section 112.061, Florida Statutes. 6. SUPERVISION: Supervision of the personnel assigned to this investigation shall be the responsibility of the CONTRACTOR. Responsibility for the conduct of individual employees, agents, and/or operatives required to implement this contract will be with the CONTRACTOR'S agency head or his designated supervisor. Responsibility for the conduct of DABT employees shall rest with the Director of DABT. The negotiation and execution of this contract by DABT in Tallahassee is handled by the State Contract Manager. The CONTRACTOR will appoint an Agency Contract Coordinator for the duration of the contract who will serve as DABT's primary point of contact with the CONTRACTOR. DABT will assign a Special Agent or supervisor as the DABT District Contract Administrator who will have overall coordination and management responsibility under this contract. The DABT District Contract Administrator will be responsible for training, site selection, operational oversight, report review, program and payment audit, and records management. The DABT District Contract Administrator will be the sole point of contact with the CONTRACTOR for the resolution of problems, contract or program interpretation, or contract modification. Appeals of decisions made by the DABT State Contract Manager or the District Contract Administrator must be directed to the Director of Enforcement for the Tobacco Pilot Program at (850) 413- 0850. Operational strategies will be mutually addressed and resolved by the District Contract Administrator and the CONTRACTOR. The parties agree to meet no less than once a month to discuss and implement investigative strategies and resolve 6123/98 - FINAL 3 ) I any problems which may arise. Any change In the Agency Contract Coordinator must be communicated to the DABT State Contract Manager and the District Contract Administrator in writing. DABT will notify the CONTRACTOR in writing of any change in the DABT State Contract Manager or District Contract Administrator. 7 . INVESTIGATIVE REPORTS: The CONTRACTOR agrees to utilize DABT activity logs, and each Unit of services provided pursuant to this contract shall be the subject of a separate activity log. Activity logs are to be completed by officers working the School Proximity Investigation, reviewed for accuracy and signed by the appropriate CONTRACTOR supervisor and then sent via facsimile to DABT's District Contract Administrator as soon as possible but in no case later than five working days after the investigation is completed. A copy of each activity log shall be submitted with the appropriate invoice. Any additional reports created by and/or for the use of the CONTRACTOR shall also be provided to DABT upon submission of an invoice. 8. UNDERAGE OPERATIVES: The retention, control and supervision of any underage operative shall be the responsibility of the CONTRACTOR. Recruitment and management of underage operatives by the CONTRACTOR will be consistent with DABT policy and procedure and subject to the approval of DABT's District Contract Administrator. 9. SEIZED PROPERTY: In the event that any property or cash is seized as a result of investigative activities governed by this contract, the parties agree to ensure the equitable distribution of forfeited property, cash or proceeds from the sale of forfeited property. The forfeiture and distribution of such property shall be pursuant to Section 932.701, et seq., Florida Statutes. Forfeited property or proceeds shall be distributed to the appropriate law enforcement agency or agencies that participated directly and substantially in any of the acts which led to the seizure or forfeiture of such property or cash. It is agreed that the percentage of any proceeds from forfeited property or the value of property retained by an agency shall be commensurate with the participation of that agency in the activity which resulted in the seizure, unless otherwise agreed to by the participating agencies. Any agency which provides for court costs or costs for maintaining seized property shall be reimbursed out of any proceeds from the sale of seized property prior to the distribution of proceeds. GENERAL PROVISIONS 1. APPROPRIATION: In accordance with Sections 216.311 and 287.0582, Florida Statutes, DABrs performance and obligation to pay under this contract is contingent upon an appropriation by the Florida Legislature. 6/23/98 - FINAL 4 I I 2. AUDIT: All Invoices shall be submitted by the CONTRACTOR to DABT with sufficient detail for a proper pre-audit or post-audlt. Any costs Included on the Cost Summary which are not Included In the Unit cost shall be pre-approved by the Director of Enforcement for the Tobacco Pilot Program and be supported by appropriate documentation such as receipts, Invoices or affidavits. 3. CANCELLATION: This contract may be terminated by either party with or without cause, by giving written notice to the other party. Such notice shall be sufficient if it is delivered to the party personally, sent by facsimile, or delivered by U.S. Mail. In case of cancellation, only the costs actually accrued for services satisfactorily performed prior to the date of cancellation shall be due and payable, and all work in progress shall remain the property of DABT and shall be delivered to DABT. 4. ENTIRE AGREEMENT: This contract, with the attached Affidavit of Costs and its Statement of Work Addendum, constitutes the entire agreement of the parties. No other agreement or modification to this contract, expressed or implied, shall be binding on either party unless same is in writing and signed or initialed by both parties. This agreement may not be orally modified. Any modification beyond initialed changes in the body of this contract must be in writing, expressly titled a modification, amendment, or addendum to this contract, attached to this contract, and signed by both parties. 5. FORCE MAJEURE: Neither party shall be liable for loss or damage suffered as a result of any delay or failure in performance under this Agreement or interruption of performance resulting directly or indirectly from acts of God, civil or military authority, acts of public enemy, war, riots, civil disturbances, insurrections, accidents, fire, explosions, floods, water, wind, lightning strikes or labor disputes to the extent such events are beyond the reasonable control of the party claiming excuse from liability resulting therefrom. If a "force majeure event' does occur, the parties agree to negotiate an extension of the contract as appropriate, provided such extension does not authorize the provision of contractual services beyond June 30, 1999. 6. LIABILITY: Each agency shall bear the liability arising from acts undertaken by its personnel pursuant to this contract. All of the privileges and immunities from liability, exemption from law, ordinances and rules, all pension, insurance, relief, disability, workers' compensation, salary, death and other benefits which apply to the activity of such officers, agents or employees of any such agency when performing their respective functions for their respective public agencies shall apply to them to the same degree, manner and extent while engaged in the performance of any of their functions and duties under the provisions of this contract. The provisions of this section shall apply with equal effect to volunteer 6/23/98 - FINAL 5 I I and auxiliary employees. In no event, shall a participating agency or political subdivision be liable for suit or claim for damages resulting from the acts of another participating agency. Furthermore, any claim of liability asserted against DABT may be subject to the limitations of liability set forth In Sections 768.28, and 284.31, Florida Statutes. 7. PAYMENT: A. Section 215.422, Florida Statutes, provides that state agencies have five (5) working days to Inspect and approve goods and services, unless bid specifications, the contract, or the purchase order specifies otherwise. With the exception of payments to health care providers for hospital, medical, or other health care services, if payment Is not available within forty (40) days, measured from the latter of the date the invoice Is received, or the goods or services are received, inspected and approved, a separate Interest penalty of .02740% will be due and payable in addition to the Invoice amount Invoices returned to a vendor due to preparation errors will result in a payment delay. Invoice payment requirements do not start until a properly completed Invoice is provided to the agency. A Vendor Ombudsman, whose duties include acting as an advocate for vendors who may be experiencing problems In obtaining timely payment(s) from a state agency, may be contacted at (850) 488-2924, or by calling the State Comptroller's Hotline, 1-800-848- 3792. B. Invoices with supporting documentation, shall be submitted by the CONTRACTOR to DABT monthly by delivering same to the Director of Enforcement of the Tobacco Pilot Program at 1940 North Monroe Street, Tallahassee, Florida 32399-1024. The regular monthly submission of invoices and supporting documentation is required. Payment is due within forty (40) days after receipt of each invoice. No advance payments are authorized by this contract 8. PUBLIC DOCUMENTS: Pursuant to Section 287.058, Florida Statutes, CONTRACTOR shall allow access to all documents, papers, letters or other materials subject to Chapter 119, Florid!, Statutes. If CONTRACTOR refuses access to such documents, DABT may petition any court to compel production of such documents. The CONTRACTOR shall then pay all costs and attorney fees pursuant to this action. DABT may unilaterally cancel this contract for refusal by the CONTRACTOR to allow public access to all documents, papers, letters, or other material originated or received by the CONTRACTOR in conjunction with the contract subject to the provisions of Chapter 119, Florida Statutes. 9. RENEWAL: this contract may be renewed on a six month basis for a period up to and including June 30, 1999. Renewals are contingent upon the satisfactory performance of the CONTRACTOR, as determined by DABT, and are 6/23/98 - FINAL 6 I I subject to the availability of funds. To renew the contract, the parties must execute a written renewal agreement prior to the end of the expiring contract term. The renewal of this contract will be upon the same terms and conditions as contained herein. 10. SEVERABILITY: The invalidity or unenforceability of any particular provision of this contract shall not affect the other provisions hereof and this contract shall be construed in all respects as if such invalid or unenforceable provision(s) was omitted. 11. TRAVEL AND EXPENSES: A. Regular travel costs for such things as gas, mileage and/or vehicle expense are the responsibility of the CONTRACTOR, however, extraordinary travel, that is travel outside of the county, will be compensated in accordance with Section 112.061, Florida Statutes. B. The CONTRACTOR shall contact the DABT District Contract Administrator prior to incurring any travel or any other expenses to be reimbursed by DABT. The District Contract Administrator shall require pre-authorization and pre-approval of said travel or expenses on a "State of Florida Authorization To Incur Travel" form. In the event pre-authorization is required and CONTRACTOR fails to provide documentation of same, CONTRACTOR shall not be reimbursed for such travel or expenses. C. Requests for reimbursement are to be submitted on a "State of Florida Voucher for Reimbursement of Traveling Expenses" form. 12. ATTORNEYS' FEES: Except as provided in the clause entitled "Public Documents," and as otherwise provided by law, the parties agree to be responsible for their own attorneys' fees incurred In connection with disputes arising under the terms of this' contract. 13. DISPUTES: This contract shall be governed by and construed in accordance with the laws of Florida, and DABT, pursuant to the State's home venue privilege, is entitled to assert venue for any disputes arising out of this contract in Leon County, Florida. 14. OTHER EMPLOYME"T: The CONTRACTOR shall not engage the services of any person or persons now employed by the State of Florida, including DABT or subdivision thereof, to provide services relating to this contract without written consent of the employer of such person or persons and of DABT. 6/23/98 - FINAL 7 I I 15. NOTICE TO CONTRACTOR: DABT shall consider the employment by any CONTRACTOR of unauthorized aliens a violation of section 274A(e) of the Immigration and Nationalization Act Such violation shall be cause for unilateral cancellation of this contract (This space left blank.) 6/23/98 - FINAL 8 I I In witness whereof, the parties hereto have set their hands and seals on the date first above written. Approved as to form: JJ CITY OF CLEARWATER, FLORIDA By: Mi ael J. Roberto, City Manager Attest: ~~ad~~ fAJ Cyn Goudeau - - D City Clerk STATE OF FLORIDA Richard T. Farrell Secretary Department of Business and Professional Regulation 1940 North Monroe Street Tallahassee, Florida 32399-0750 I I WITH THEIR SIGNATURES, the parties agree to all the provisions, special and general, and all other terms and conditions of this contract. STATE OF FLORIDA L - Richard T. Farrell Secretary Department of Business and Professional Regulation 1940 North Monroe Street Tallahassee, Florida 32399-0750 (Contractor Signature) (Print Name) Mi c-h;ipl .J. Rnhprtn (Title) Ci tv Manager (Agency Name) City of Clearwater, FL (Address) P.o. Box 4748 Clearwater (StatelZip) Florida 33758-4748 (Phone) (727) 562-4040 (Fax) (727) 562-4052 Date (Signed by DBPR Signing Authority) Date (Signed by Contractor) 596000289 Federal Employer I.D. Number Florida Corporation Registration Number (II AppIlc:able) 6/23/98 - FINAL 9 I I The Division of Alcoholic Beverages and Tobacco, uqder the auspices of the Tobacco Pilot Program, has entered into the preceding contract with C1ty of Clearw~ter, FL (CONTRACTOR/ AFFIANO to provide for the enforcement of statutes relating to the sale of tobacco products to underage persons and to the possession of tobacco products by underage persons. Pursuant to this contract, CONTRACTOR/AFFIANT hereby certifies that the overtime rate of $ 30. 76 per hour is standard for the officers to be employed in the implementation of this contract, and CONTRACTOR/AFFIANT further certifies that such rate includes the cost of benefits, payroll taxes and other mandatory payroll deductions. CONTRACTOR/AFFIANT also certifies that the overtime rate of $ 37.65 per hour is standard for those officers who will supervise and oversee the implementation of this contract and that such rate is inclusive of the cost of benefits, payroll taxes and other mandatory payroll deductions. CONTRACTOR/AFFIANT also attests to the accuracy of any other costs to be considered for reimbursement, which shall be specified and set forth separately on the Cost Summary worksheet to be completed for each contract. Such costs are to be considered for reimbursement when invoiced. AFFIANT FURTIIER SA YETII NAUGHT. _~ Signature ~ (fitle) City Manager STATE OF FLORIDA COUNTY OF PINELLAS BEFORE ME, the undersigned authority, personally appeared M / Ct{ If t l. 7. R 013 eero who, being personally known or having provided as identification, after being duly sworn under oath, deposed and stated that the foregoing information is true and correct to the best ofhislher knowledge and belief. ' SWORN TO and SUBSCRIBED before.J-:je this 111 day of ~ 1998, in ~ 7J ?-e. . ~ flLo..a J County, Florida. Q ~.~ Notary ~tate of Florida at Large My Commission Expires: Printed or Typed Name of Notary Public .....~'( 1't/6' CAROLYN L. BR;NK ~:&'6 CO..~MISSION' CC <463040 ~ s EXPIRES tJ.AV 22.1999 ~ ~ BONDED TllRU -'t"Of ~'i$ A11AWTlC BONDING co., INC. 6/23/98 - FINAL . . I I CONTRACT COST SUMMARY DIVISION OF ALCOHOLIC BEVERAGES and TOBACCO Tobacco Pilot Program - Enforcement Section COMPENSATION WORKSHEET FOR COMPLETION OF CONTRACT SPTE - SCHOOL PROXIMITY TOBACCO ENFORCEMENT Retail Compliance Investigations CIIT OF CLEARWATER. FLORIDA [Name of CONTRACTOR] Breakdown of Costs and Ex.penses - Variable Unit Costs : Each Operation / Investigation 1 WORK UNIT = 1 WORK UNIT = 2 Officers/Deputies @ 4 hrs. ea. = 8 hrs. 1 PTR* hr. per Officer/Deputy = 2 hrs. Total Man-hours per Work Unit = 10 hrs. 1 WORK UNIT= 10 Man-hours x 30.76 $/hr. = $ 307. 60 SPTE Supervision Cost (1 hr. Suprv. OfT per Unit) = $ 37.65 45.30 Administrative Costs (Clerical/Invoice prep. etc.) = $ Subtotal (Contract Cost per WORK UNIT) = $ 390.55 Conduct ~ Units x Contract Cost per Work Unit = $ 27,338.50 Fixed Contract Expenses: (if applicable) Training Expense (mnhr.rate x Lhrs x -1-Persons) = $ Supplies / Evidence ( must specify in detail ) 307.60 Other Expenses (specify) =$ = $ Subtotal of Expenses = $ 307.60 TOTAL CONSIDERA TION TO AGENCY (for Term of SPTE - Retail Compliance Investigations portion of Contract) *PTR hours = Preparation, Travel and Report writing = $ 27,646.10