Contract 2025-036ADocusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
AGREEMENT No. 2025-036
UTILITY BILLING MAILING AND PRINTING SERVICES
THIS AGREEMENT, is made and entered into this Friday, August 1, 2025, by and between the
CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida
whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"),
and INFOSEND, INC. , whose address is: 4240 E. La Palma Ave., Anaheim, CA, (hereinafter
referred to as "CONTRACTOR").
WHEREAS, the City of Clermont issued RFB 25-056 titled Utility Billing Mailing and Printing
Services;
WHEREAS, CONTRACTOR submitted its response dated February 27, 2025, to RFB 25-056;
WHEREAS, CITY desired to award a contract to CONTRACTOR in accordance with the terms
and conditions of RFB 25-056 and CONTRACTOR's response thereto;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
1. SCOPE OF WORK
The CONTRACTOR shall furnish print and mail utility bills to City of Clermont customers as
described in CITY's RFB 25-056 and CONTRACTOR's February 27, 2025 response thereto,
which are expressly incorporated herein and made a part of the Agreement Documents hereto and
shall do everything required by this Agreement and the Agreement Documents. Provided,
however, that nothing herein shall require CITY to purchase or acquire any items or services from
CONTRACTOR.
2. THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the
Agreement Documents and the Unit Price Schedule an amount in accordance with the
compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein.
3. PROVISION OF SERVICES AND COMPLETION OF WORK
A. The CONTRACTOR shall only provide to the CITY with printing and mailing utility
bills to City of Clermont customers upon receipt of an authorized order from CITY and
shall provide the requested items in the timeframe and as set forth in RFB 25-056 or in
the specific purchase order submitted by CITY. Nothing herein shall obligate CITY to
purchase any specific amount of product from CONTRACTOR or create an exclusive
purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or
required to pay for any items received until such time as CITY has accepted the items in
accordance with the order provided to CONTRACTOR.
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
B. CONTRACTOR, upon receipt of a purchase order hereunder, shall immediately notify
CITY if it has an issue or question related to the fulfillment of the order or whether there
will be any delay in providing the items requested. Failure of CONTRACTOR to so
notify CITY will preclude CONTRACTOR from seeking payment of any kind for any
items that were delayed in delivery. Upon receipt of notification of the delay, CITY may
at its sole option cancel the order and seek the items from any available source.
C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any
services herein by CITY or by any agent or representative as in compliance with the
terms of this Contract shall not operate as a waiver by the CITY of strict compliance with
the terms of this Contract and the CITY may require the CONTRACTOR replace the
accepted services so as to comply with the warranties and specifications hereof.
D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY
to purchase any minimum quantity of product during the term hereof.
4. TERM AND TERMINATION
A. This Agreement is to become effective upon execution by both parties and shall remain in
effect for a period of three (3) years thereafter, unless terminated or renewed as provided
for herein.
B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice
to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's
convenience upon thirty (30) days written notice to CONTRACTOR; b) if
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of
the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a
labor dispute, which threatens to have a substantial, adverse impact upon the performance
of this Agreement, without prejudice to any other right or remedy CITY may have under
this Agreement. In the event of such termination, CITY shall be liable only for the
payment of all unpaid charges, determined in accordance with the provisions of this
Agreement, for work, properly performed and accepted prior to the effective date of
termination.
C. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3)
additional one-year terms. Sixty (60) days prior to completion of each extended term of
this Agreement, CONTRACTOR may request and the City may consider an adjustment
to price based on changes in the Producer Price Index (PPI).
5. PAYMENTS
2
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
In accordance with the provisions fully set forth in the Contract Documents, the CONTRACTOR
shall submit an invoice to CITY upon completion of the services and delivery of products to CITY
as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for
all accepted deliveries and undisputed products delivered and services provided, within thirty (30)
calendar days of receipt of the invoice.
6. DISPUTE RESOLUTION - MEDIATION
A. Any claim, dispute, or other matter in question arising out of or related to this Agreement
shall be subject to mediation as a condition precedent to voluntary arbitration or the
institution of legal or equitable proceedings by either party.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes, and other
matters in question between them by mediation.
C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall
be held in Clermont, Lake County, Florida unless another location is mutually agreed
upon. Agreements reached in mediation shall be enforceable as settlement Agreements in
any court having jurisdiction thereof.
7. INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's
Compensation Insurance for all its employees connected with the work of this Project and, in case
any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide
Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such
employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall
comply with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the
CITY, for the protection of employees not otherwise protected.
7.2. CONTRACTOR's Commercial General Liability Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial
General Liability and Business Automobile Liability Insurance as shall protect it from claims for
damage for personal injury, including accidental death, as well as claims for property damages
which may arise from operating under this Agreement whether such operations are by itself or by
anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows:
A. CONTRACTOR's Commercial General Liability, $1,000,000 Each ($2,000,000
aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
3
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage
Occurrence, Combined Single Limit
The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended
to provide coverage on an occurrence basis.
7.3. CITY's and CONTRACTOR's Protective Liability Insurance
The CITY shall procure and furnish a CITY's and CONTRACTOR's Protective Liability
Insurance Policy with the following minimum limits:
A. Bodily Injury Liability & $1,000,000 Each ($2,000,000 aggregate) Property Damage
Liability Occurrence Combined Single Limit.
7.4. Indemnification Rider
A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold
harmless the CITY and its employees from and against all claims, damages, losses and
expenses, including but not limited to reasonable attorney's fees, arising out of or
resulting from its performance of the Work, provided that any such claim, damage, loss
or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself) , and (2) is caused in whole
or in part by any negligent act or omission of the CONTRACTOR, any subcontractor,
anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not such acts are caused in part by a party
indemnified hereunder. Such obligation shall not be construed to negate, abridge, or
otherwise reduce any other right to obligation of indemnity which would otherwise exist
as to any party or person described in this Article; however, this indemnification does not
include the sole acts of negligence, damage or losses caused by the CITY and its other
contractors.
B. In any and all claims against the CITY or any of its agents or employees by any
employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited in any way by any
limitation on the amount or type of damages, compensation or benefits payable by or for
the CONTRACTOR or any subcontractor under workers' or workmen's compensation
acts, disability benefit acts or other employee benefit acts.
C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and
valuable consideration from the CITY for the indemnification provided herein.
8. NOTICES
4
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
All notices shall be in writing and sent by United States mail, certified or registered, with return
receipt requested and postage prepaid, or by nationally recognized overnight courier service to the
address of the party set forth below. Any such notice shall be deemed given when received by the
party to whom it is intended.
CONTRACTOR:
InfoSend, Inc.
4240 E. La Palma Ave., Anaheim, CA
Attn: Roxana Weil, VP
OWNER:
City of Clermont
685 W. Montrose Street, Clermont, FL 34711
Attn: Rick Van Wagner, Interim City Manager
Either party may change the name of the person receiving notices and the address at which notices
are received by so advising the other party in writing.
9. MISCELLANEOUS
9.1. Attorneys' Fees
In the event a suit or action is instituted to enforce or interpret any provision of this Agreement,
the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as
attorneys' fees at trial or on any appeal, in addition to all other sums provided by law.
9.2. Waiver
The waiver by the CITY of breach of any provision of this Agreement shall not be construed or
operate as a waiver of any subsequent breach of such provision or of such provision itself and shall
in no way affect the enforcement of any other provisions of this Agreement.
9.3. Severability
If any provision of this Agreement or the application thereof to any person or circumstance is to
any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified
in such a manner as to make the Agreement valid and enforceable under applicable law, the
remainder of this Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest
extent permitted by applicable law.
5
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
9.4. Amendment
Except for as otherwise provided herein, this Agreement may not be modified or amended except
by an Agreement in writing signed by both parties.
9.5. Entire Agreement
This Agreement, including the documents incorporated by reference, contains the entire
understanding of the parties hereto and supersedes all prior and contemporaneous Agreements
between the parties with respect to the performance of services by CONTRACTOR.
9.6. Assignment
Except in the event of a merger, consolidation, or other change of control pursuant to the sale of
all or substantially all of either party's assets, this Agreement is personal to the parties hereto and
may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of
the CITY.
9.7. Venue
The parties agree that the sole and exclusive venue for any cause of action arising out of this
Agreement shall be Lake County, Florida.
9.8. Applicable Law
This Agreement and any amendments hereto are executed and delivered in the State of Florida and
shall be governed, interpreted, construed, and enforced in accordance with the laws of the State of
Florida.
9.9. Public Records
The CONTRACTOR expressly understands records associated with this project are public records
and agrees to comply with Florida's Public Records law, including the following:
A. Keep and maintain public records that ordinarily and necessarily would be required by
the CITY in order to perform the services contemplated herein.
B. Provide the public with access to public records on the same terms and conditions that the
CITY would provide the records and at a cost that does not exceed the cost provided in
Florida's Public Records law or as otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all
public records in possession of CONTRACTOR upon the termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. The CONTRACTOR shall make reasonable
efforts to provide all records stored electronically to the CITY in a format compatible
with the information technology systems of the CITY.
0
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE
CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC
RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331.
10. CONTRACT DOCUMENTS
The Contract Documents, as listed below are herein made fully a part of this Contract as if herein
repeated.
Document Precedence:
A. This Agreement
B. Purchase Order / Notice To Proceed
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in RFB 25-056 titled Utility Billing Mailing and Printing
Services and CONTRACTOR's response thereto.
7
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
IN WITNESS WHEREOF, the parties hereto have executed this Agreement.
CITY OF CLERMONT
Signed by:
�AQl� 13984BT
Tim Murry
ATTEST
FDocuSigned by:
T, AokAo-,d Nowt
�SB344A...
Tracy Ackroyd Howe
FULL NAME FULL NAME
Mayor City Clerk
TITLE TITLE
4/21/2025 /---4/[K/2025
DATE SIGNED
InfoSend, Inc.
Signed by:
TU f ME462...
Roxana Weil
FULL NAME
4/17/2025
DATE SIGNED
Vice President
TITLE
DATE SIGNED
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
Exhibit A
Pricing
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
6"
CLER ONT
Chokce of Chamµons
Company:
InfoSend, Inc
Email:
marty.b@infosend.com
Contact:
Marty Bielecki
Address:
4240 E. La Palma Ave
Anaheim, CA 92807
Phone:
(239) 247-4419
Website:
http://www.infosend.com/
Submission Date:
Feb 25, 2025 4:33 PM (Eastern Time)
City of Clermont
Procurement Services
Freddy Suarez, Procurement Services Director
685 W. Montrose Street, Clermont, FL 34711
[INFOSEND, INC] RESPONSE DOCUMENT REPORT
RFB No. RFB 25-056
Utility Billing Mailing and Printing Services
RESPONSE DEADLINE: February 27, 2025 at 2:00 pm
Report Generated: Thursday, February 27, 2025
InfoSend, Inc Response
CONTACT INFORMATION
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
d"
•
CLER ONT
Choice of Champions
City of Clermont
Procurement Services
Freddy Suarez, Procurement Services Director
685 W. Montrose Street, Clermont, FL 34711
InfoSend, Inc.
RFB No. RFB 25-056
Utility Billing Mailing and Printing Services
RESPONSE DEADLINE: February 27, 2025 at 2:00 pm
Selected
Line Item
Description
InfoSend,
Quantity
Unit of Measure
U nit Cost
Tota
X
1
Processing, printing, collating, folding, inserting, preparation and
20000
EACH
$0.1321
$2,642.00
delivery of regular bills based on 4 billing cycle per month (ranging
from 2,500 to 7,000 bills each cycle per month).
X
2
Second notice letter to customers per month (ranging from 500 to
3500
EACH
$0.1321
$462.35
3,000 bills each cycle).
3
Cost of printing one additional insert per month with less than 48-
20000
EACH
$0.0672
$1,344.00
hour notice (ranging from 2,500 to 7,000 each cycle) Black and
White
4
Cost of printing one additional insert per month with less than 48-
20000
EACH
$0.0747
$1,494.00
hour notice (ranging from 2,500 to 7,000 each cycle) Color
X
5
Postage to be billed at cost per month.
23500
EACH
$0.54 $12,690.00
Total
$15,794.35
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
Request For Bid #RFB 25-056
Title: Utility Billing Mailing and Printing Services
1. Scope of Work
1.1. Scope of Services
The City of Clermont is seeking to outsource the utility bill design, printing and mailing services
of the Utility Billing operation. The scope will consist of printing and mailing complete utility bills,
delinquent letters and any other communication the City may have with its 23,000 plus utility
account holders. This total may amount to over 28,000 communications per month. The City
currently uses Tyler Technologies MUNIS as our billing software. Samples of our current utility
bill designs are attached.
The scope of work includes:
a. Contractor must provide programming and bill design services to replicate our Tyler
Munis utility bills and delinquent notices.
b. The City utilizes four (4) billing cycles per month with each cycle ranging from 2,500 to
7,000 bills, plus a second notice for each cycle ranging from 500 to 2,000 notices.
c. Tri-fold paper and insertion of bills and mailings the same day via USPS.
d. Front and back color printing is required for both the utility bills and delinquent notices.
e. Ability to insert at least one additional bill -insert per month with less than forty-eight (48)
hour notice.
f. Ability to send one-time off schedule mailers for special notices as needed within 5 days'
notice. The quote should be provided and approved prior to sending the mailers out.
Separate mailers will need their own invoices.
g. Contractor must have the ability to omit printing and mailings to customers who have the
e-billing option identified on their account.
h. A sample billing document (front and back) is attached to this RFB.
i. A sample late notice document is attached to this RFB.
j. A sample of a basic envelope is attached to this RFB.
k. Mailing of certified letters is not required and is not part of this contract.
Contractor must have the ability to place multiple customer messages on the bill
dependent on conditions of the account such as delinquent balances, owner messages,
leak messages, change in service messages, etc.
m. Ability to generate a scan line at the bottom of the utility bill for the purpose of automated
reading for payment and remittance processing.
n. Postage rate fees must be pass -through, at the lowest possible rate/discount and
include any rebates offered by the United States Postal Service.
o. Contractor must provide a secured website for data transmission.
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
Request For Bid #RFB 25-056
Title: Utility Billing Mailing and Printing Services
p. Invoicing for services must be monthly and include both the invoice and a backup that
summarizes the counts for how many bills and notices were mailed on each day, what
postage rate was received and totals that match the counts charged on the invoice.
Applicant must be able to receive paper checks for form of payment but list other
payment methods available, and allow at least 20 days from receipt of invoice to process
and send payment.
q. The City currently uses a large TXT file to transmit billing and delinquent notice data
from the billing software to the printing company. The replicated templates must be able
to pull data from our TXT billing file to mass print bills and delinquent notices for 4 billing
cycles each.
1.2. Minimum Requirements
All respondents shall be able to meet the following requirements:
A. Contractor must have a web based access or comparable method where by the City can
manage, schedule changes, and track the progress of bills mailed to customers.
B. The City must have the ability to spot check bills prior to disbursement.
C. Contractor must be available to coordinate with the City's Utility Billing to change the
scheduled billing and bill management at any time.
D. The City must have the ability to re -call individuals bills, multiple bills, complete billing
routes and/or partial bill cycles if it is determined that an error in billing has
occurred. Already printed bills must be shredded.
E. Respondents must provide programming and bill design services.
F. Respondent must hold USPS required certifications such as, but not limited to, CASS
and Delivery Point Barcode, Intelligent Barcode, etc.
G. The City must have the flexibility to change the bill extract file as well as the bill
formatting layout with thirty (30) days written notice of intention.
H. Proofs must be returned to the City of Clermont within 2 hours of the file
submission. Final processed and finished mail pieces must be in the possession of the
USPS by the end of the business day that the electronic billing file proofs are approved.
Respondents must provide for redundant data and equipment delivery system in the
event of a declared or undeclared (by the County) disaster. A disaster is defined as fire,
weather related, or other catastrophic loss or operational capability at the respondents'
primary location for the execution and delivery of service in this RFB.
J. Respondent must have backup disaster and recovery for downed equipment.
K. Provide identity theft safety measures.
M
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
Request For Bid #RFB 25-056
Title: Utility Billing Mailing and Printing Services
L. Ensure that the City's data is protected, secured and not shared with third party vendors
or other individuals, in accordance with local, state and federal regulations.
M. Ability to provide automatic mailing address validation with USPS database. This must
be completed prior to bill run to reduce delays and returned mail.
N. Provide all materials specific to utility bills and letters:
1. 8.5in. x 11 in. perforated 24-lb. white paper for billing statements
2. 8.5in. x 11 in. pre-printed letterhead paper
3. #10 pre-printed window envelope for letters
4. #9 pre-printed envelope, Return
5. #10 pre-printed window envelope, Utility Bill Mailing
O. Respondent should be able to provide one solution "send/return" envelope as an option
to eliminate return envelopes.
P. Must be able to receive paper checks for form of payment and allow at least 20 days
from receipt of invoice to process and send payment.
1.3. Additional Information
On a separate document, respondent may include a price list of any additional services
provided that could be considered in the future by the City. Respondent must also provide
information regarding services that do not conform completely to the scope of work
requirements but will meet the needs of the City and its customers. Information may include
more efficient processes not currently employed by the City but may be seamlessly incorporated
by way of process changes without cost impacts. Utility bill statement improvement design
information may also be submitted on a separate document for future consideration.
1.4. Utility Bill Forms and Envelope Specifications
A. Utility Bills
1. 8.5in. x 11 in., 24-lb., white paper stock, (Duplex Color Printing)
B. Mailing Envelopes
1. #10 commercial window envelope (to match existing envelope)
2. Standard window size
3. Pre -Printed — (color font)
4. Gummed closure
C. Return Envelope
1. #9 window envelope (to match existing envelope)
2. Standard window size
9
Docusign Envelope ID: B5351A28-D1C7-4A68-9238-B55639AD172A
Request For Bid #RFB 25-056
Title: Utility Billing Mailing and Printing Services
3. Pre -Printed — (font color black)
4. Gummed closure
1.5. Proof Approval and Quality Assurance
Successful respondent shall provide a hard copy "color match" proof and obtain approval in
writing prior to printing. The successful respondent shall ensure that each document is
inspected for print quality and content. Rejected proofs must be re -run and re -submitted at no
additional cost to the City.