Loading...
Agenda 12/13/2011 Item #16F412/13/2011 Item 161.4. EXECUTIVE SUMMARY Recommendation to approve the award of Bid #11 -5754 to Phase V of Southwest Florida, Inc. for Tourism Fulfillment Services and authorize the Chairman to sign Agreement #11 -5754 to include a revised termination notification period of sixty (60) days following County Attorney Office approval. OBJECTIVE: Approve staff recommendation of Bid Process for Tourism Fulfillment Services to contract with Phase V of Southwest Florida, Inc. CONSIDERATIONS: Notices of Bid #11 -5754 were distributed to 291 e-mail addresses on August 23, 2011 and posted publicly. Twenty nine firms opened the e- mailed document. A pre -bid meeting was held on September 8, 2011 and the three (3) submitted bids were opened on September 16, 2011. Each responding firm presented their credentials for Tourism Fulfillment Services in proposals submitted on DVD. The responses were reviewed by Jack Curran from the Collier County Purchasing Department using the published computer scoring system included in the Bid document. Two of the three responding firms were deemed as "non- conforming" to the Bid requirements — one for not being in business for the required minimum of five years and the other for limiting their bid proposal to 30 days, rather than the specified 180 days in the Bid document. Phase V of Southwest Florida, Inc. was selected as the only conforming bidder. The firms were ranked using the published point system included in the Bid document. The computer ranking system placed Phase V of Southwest Florida as the # 1 ranked firm. The agreement provides for Phase V of Southwest Florida to perform tourism Fulfillment services for an initial two (2) years with two additional one (1) year renewal periods at the County's sole discretion. Fulfillment services and related costs are included in Exhibit "A" of the agreement. Due to the many duties and projects involved with the scope of fulfillment services, staff and the vendor request a change in the standard termination notification period of thirty (30) days to sixty (60) days. FISCAL IMPACT: The approved FY 12 Fund 184 budget for Fulfillment Services has sufficient funding for this contract. Packet Page -3404- 12/13/2011 Item 16. A LEGAL CONSIDERATIONS: The County Attorney's Office proposes to modify Paragraph 21 of the County's standard agreement. The Agreement- currently provides that additional items and /or services may be added to the contract upon satisfactory negotiation of price by the Contract Manager and the Contractor. The recommendation is to add language that requires any additional services or items to be added in compliance with the Purchasing Policy. This is the intended meaning of this provision; however the language will be modified to specifically require compliance. 21. ADDITIONAL ITEMS /SERVICES. Additional items and /or services may be added to this contract in compliance with the Purchasing Policy. This item has been reviewed by the County Attorney's Office, requires majority vote, and is legally sufficient for Board action. — CMG ADVISORY BOARD RECOMMENDATION: This item was recommended for approval by the Tourist Development Council (8 -0) at its regularly scheduled meeting on November 28, 2011. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management plan with this action. RECOMMENDATION: That the Board of County Commissioners approves of the award of Bid #11 -5754 to Phase V of Southwest Florida, Inc. for Tourism Fulfillment Services and authorizes the Chairman to sign Agreement # 11 -5754 to include a revised termination notification period of sixty (60) days following County Attorney Office approval. SUBMITTED BY: Jack Wert, Tourism Director Packet Page -3405- 12/13/2011 Item 161.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.F.4. Item Summary: Recommendation to approve the award of Bid #11 -5754 to Phase V of Southwest Florida, Inc. for Tourism Fulfillment Services and authorize the Chairman to sign Agreement #11 -5754 to include a revised termination notification period of sixty (60) days following County Attorney Office approval. Meeting Date: 12/13/2011 Prepared By Name: GreenKelly Title: Tourist Development Tax Coordinator,Tourism 11/29/2011 11:41:03 AM Approved By Name: CurranJohn Title: Purchasing Agent,Purchasing & General Services Date: 11/30/2011 12:30:57 PM Name: WertJack Title: Director - Tourism,Tourism Date: 11/30/2011 1:14:32 PM Name: CarnellSteve Title: Director - Purchasing/General Services,Purchasing Date: 11/30/20114:49:14 PM Name: GreeneColleen Title: Assistant County Attomey,County Attorney Date: 11/30/20115:02:16 PM Name: KlatzkowJeff Title: County Attorney, Date: 12/1/20119:53:01 AM Name: Finn-Ed Date: 12/1/20113:37:28 PM Packet Page -3406- Name: OchsLeo Title: County Manager Date: 12/2/2011 10:30:16 AM Packet Page -3407- 12/13/2011 Item 16.F.4. 12/13/2011 Item 161.4. AGREEMENT #11 -5754 for Tourist Development Council Fulfillment Services THIS AGREEMENT, made and entered into on this day of , 2011 by and between Phase V of Southwest Florida, Inc., authorized to do business in the State of Florida, whose business address is 12290 Treeline Avenue, Fort Myers, Florida 33913, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County ": WITNESSETH: 1. COMMENCEMENT. The contract shall be for a two (2) year period, commencing on the date of approval by the Board of County Commissioners, and terminating twenty four (24) months thereafter. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide fulfillment services in accordance with the terms and conditions of Bid #11 -5754 and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. THE CONTRACT SUM. The County shall pay the Contractor for the performance of this Agreement based on the prices set forth in the Contractor's proposal and in accordance with Exhibit A, attached herein and incorporated by reference. Payment will be made upon receipt of a proper invoice and upon approval by the Tourism Director or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." 3.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the Page 1 of 10 Packet Page -3408- 12/13/2011 Item 16. A specified deadline period is subject to non - payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 3.2 Travel and Reimbursable Expenses shall be estimated and approved in advance in writing by the County. Travel expenses shall be reimbursed at actual cost in accordance with Collier County Resolution # 2006 -40 Travel Expenses for Persons Conducting Official Tourism Business and Section 125.0104 Fla. Stats. or travel time will be included in the monthly service fee. Reimbursable items other than travel expenses shall include telephone long - distance charges, fax charges, photocopying charges, shipping and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Phase V of Southwest Florida, Inc. 12290 Treeline Avenue Fort Myers, Florida 33913 Attention: Michael R. DeMas, President Telephone: 239 -225 -1000 Facsimile: 239 - 225 -1009 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing/ GS Director Telephone: 239 - 252 -8371 Facsimile: 239 -252 -6584 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. Page 2 of 10 Packet Page -3409- 12/13/2011 Item 161.4. 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as " an agent of the County. 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. All non - County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty -four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a sixty (60) day written notice. The County shall be sole judge of non - performance. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. Page 3 of 10 Packet Page -3410- 12/13/2011 Item 16.F.4. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all sub - Contractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Tourism Department. 14. CONFLICT OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Exhibit A, Insurance Certificate, Bid #11 -5754 Specifications/ Scope of Services and Addenda. 16. SUBTECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 17. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Page 4 of 10 Packet Page -3411- 12/13/2011 Item 16.F.4. Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 18. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 19. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 21. ADDITIONAL ITEMS /SERVICES. Additional items and /or services may be added to this contract in compliance with the Purchasing Policy. 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision - making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision - making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal Page 5 of 10 Packet Page -3412- 12/13/2011 Item 16.17.4. or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 23. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the ITB and/or the Contractor's Proposal, the Contract Documents shall take precedence. In the event of any conflict between the terms of the ITB and the Contractor's Proposal, the language in the ITB would take precedence. Page 6 of 10 Packet Page -3413- 12/13/2011 Item 16.F.4. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. ATTEST: Dwight E. Brock, Clerk of Courts By: Dated: (SEAL) First Witness TType /print witness nameT Second Witness TType/ print witness nameT Approved as to form and sufficiency: (r �V) ssistant County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Fred W. Coyle, Chairman Phase V of Southwest Florida, Inc., Contractor M Signature Typed signature and title Page 7 of 10 Packet Page -3414- 12/13/2011 Item 161.4. Exhibit A Agreement #11 -5754 Tourist Development Council Fulfillment Services Scope of Services and Costs The Collier County Tourism Department, on behalf of the Naples, Marco Island, Everglades Convention and Visitors Bureau (CVB), is the official tourism marketing and management organization for Collier County, Florida. The CVB is the marketing arm of the Tourism Department within Collier County government. The scope of work for the Contractor will be to provide an effective tourist fulfillment and storage program that may include but not be limited to the following: 1. All necessary labor, materials, supplies, and equipment to store, retrieve, deliver and respond to a variety of telephone, email or web based inquiries from interested individuals. 2. Provide rates inclusive of all services as outlined on the Vendor Bid Schedule. 3. Provide monthly invoices outlining the services provided, including, but not limited to: a. Service description b. Quantity of each service c. Unit price of each service d. Extended price of each service e. Total 4. Provide a storage area that has adequate security measures in place to guarantee the safekeeping of all County documents from break -ins, floods, fire and any other natural or unnatural disasters. 5. Provide business service hours between the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. 6. Provide service to interested individuals within 72 business hours from the initial contact. 7. Provide a monthly summary report of all activities provided in the completion of this contract to the County's project manager; an annual summary report should be provide to the County's Purchasing Department at the time of contract renewal. A. Service cost: Item Quanti Unit Description Unit Price Total 1 1 1 Initial set -up fee to set -up telephone $0.00 $0.00 scripts 2 1 1 Per call processing charge per 0.95 0.95 minute 3 1 1 Monthly charge for phone lines - per 3.00 3.00 line (usage billed at cost 4 1 1 Data entry charge for inquiries from 0.30 0.30 other sources (cost per name record, including all information) - electronic > 50 records 5 1 1 Mailing assembly cost - self - mailer 0.14 0.14 6 1 1 Postage and shipping for 12 ounce 0.79 0.79 acka e 7 1 1 Hourly rate for special package 50.00 50.00 (vendor agrees to charge by quarter hour for services Page 8 of 10 Packet Page -3415- 12/13/2011 Item 16YA 8 1 1 Per pallet month charge for inventory 20.00 20.00 9 1 1 Additional per service costs, 136.73 136.73 including: 11 1 1 a) Live Chat -monthly base fee 50.00 ($50.00) b) Per minute processing charge 12 for live chat ($0.95) 0.02 c) Hourly rate for programming ($85.00) 13 d) Data entry — manual and files 0.008 <50 records ($0.60) e) Mailing assembly - first insertion ($0.16) 14* 1 1 f) Mailing assembly - additional 0.05 insertions $0.02 Notes: All quantities identified in item 9, item b through f are shown as a 1, as no forecasts for the volumes are identified. B. Additional services proposed for the CVB: Item Quantity Unit Description Unit Price Total 10 1 1 Disaster Continuity -Monthly base $100.00 $100.00 fee 11 1 1 Special Project -e- blasts upon 50.00 request Set-up fee per hour 12 Special Project- e- blasts upon 0.02 request per record cost less than 10,000 13 Special Project- e- blasts upon 0.008 request per record cost more than 10,000 14* 1 1 Printing -per page -Black and 0.05 white 15* Printing- per page -4 color 0.14 *Note: This is personalized or non - personalized printing when volumes are low enough to be less costly when not sent to an outside printer for special projects, such as stationery. C. Additionalprice comments: 1. The estimated quantities on the pricing schedule are monthly volumes from Addendum #2 - Fulfillment H i s t o r y, except for the quantity of phone lines. This quantity is actual as presently provided for the CVB. 2. The cost per call for the call processing charge on the pricing schedule is on a per minute basis, since the estimate of telemarketing calls in Addendum #2 is actually minutes. Page 9 of 10 Packet Page -3416- 12/13/2011 Item 16.F.4. 3. The monthly charge for phone lines on the pricing schedule is the base fee cost for them. Usage is billed at cost as billed by our long distance carrier. 4. The data entry charge on the pricing schedule is for electronic data entry (entry of files of 50 or greater records). The cost for manual data entry (less than 50 records per file and text copy) is $0.60 per entry (above). 5. The mailing assembly cost of $14 on the pricing schedule is for self - mailer mail pieces. The cost for first insertions into envelopes or boxes and the cost for additional insertions are $0.16 and $0.02, respectively (above). 6. The estimated postage cost for a twelve ounce package in #6 on the pricing schedule is an average for domestic US automated presort standard mail. The weight of a self - mailer visitor guide is 5.6 ounces. Costs for a 12 ounce package under other types of mail are: • $2.4325 Automated presort first class • $3.08 First Class • $3.75 ISAL to Canada • $4.25 ISAL to the United Kingdom. All postage and shipping charges and supplies are billed at cost with vendor invoices as documentation. 7. Phase V's hourly rates for special projects, programming and e -blast set up are to the nearest one tenth of an hour, including the first hour. Page 10 of 10 Packet Page -3417-