Loading...
Tandem Staffing Solutions, Inc. ltJf!)0 - ;2 "0 Cf I II;}" - C 7F PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND TANDEM STAFFING SOLUTIONS, INC. FOR TEMPORARY PERSONNEL SERVICES ON AN "AS NEEDED" BASIS, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 37-04/05 THIS AGREEMENT made and entered into this J~day of 5v,~ ~ ,2006, by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City), a municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and TANDEM STAFFING SOLUTIONS, INC. (hereinafter referred to as Contractor), a Delaware corporation, whose address is 1690 South Congress Avenue, Suite 210, Delray Beach, Florida, 33445. SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor. City Manager: The Chief Administrative Officer of the City. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent Contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed pursuant to or undertaken under this Agreement, as described in Section 2 and "Exhibit "A" hereto. Fee: Amount paid to the Contractor to cover the costs of the Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673- 7023. 1 SECTION 2 SCOPE OF SERVICES 2.1 GENERAL The City is entering into this Agreement for temporary personnel services, on an "as needed basis", as set forth in Request for Proposals (RFP) No. 37-04/05, together with all amendments thereto (the RFP) , and Contractor's Proposal in response thereto, attached as Exhibit "A" hereto (and collectively referred to as Proposal Documents) (the Services). Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. 2.2 MIAMI BEACH ONE-STOP CAREER CENTER Contractor hereby agrees to utilize best efforts work with the Miami Beach One- Stop Career Center to recruit potential employees. 2.3 SCREENING. INTERVIEWING. TESTING AND TRAINING Contractor will be responsible for, and provide to the City, supporting documentations for screening, interviewing, testing and training of temporary personnel, to include: - In depth interview that includes job preferences, experience, goals, interest, attitudes, motivation and other work-related attributes. - Job-related tests to include typing and communication skills. - Background checks, to include drug testing, criminal checks, and credit history (for positions that may require the handling of City funds), all to be performed at the same level of stringency the City uses for screening its own employees for hire. - Verification that its employees are not convicted sex offenders. - Training employees on the City's Service Excellence Program. 2.4 INDEPENDENT CONTRACTORS For the purpose of this Agreement, Contractor acknowledges and agrees that any and all temporary personnel assigned by Contractor to provide services to the City pursuant to this Agreement shall be deemed to be independent contractors and agents or employees of the City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the City, or any right generally afforded Classified or Unclassified employees. Further each personnel shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the City, or accumulation of sick or annual leave. 2 SECTION 3 COMPENSATION 3.1 FEE Contractor shall be compensated for the Services, as set forth in Section 2 and Exhibit "A", based on the temporary personnel services provided, as needed, by the City. The hourly rates set forth in this Agreement shall remain fixed and firm for the duration of the Agreement, subject to negotiation based on Consumer Price Index - Urban Areas (CPI-U) or City's Living Wage Ordinance (as same may be amended) rate increases. 3.2 COMPLIANCE WITH CITY'S LIVING WAGE LAW Contractor acknowledges that it shall be required to compliance with the City's Living Wage Ordinance, pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time. At the commencement of this Agreement, pursuant to the City's Living Wage Ordinance currently in effect, Contractor shall be required to pay all employees who provide services pursuant to this Agreement, a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits for a total minimum value of $9.81 an hour, or a living wage of no less than $9.81 an hour without health benefits. Contractor's failure to comply with this provision shall be deemed a material breach under this Agreement, under which the City may, at its sole option, immediately terminate the Agreement, and may further subject Contractor to additional penalties and fines, as provided in the City's Living Wage Ordinance, as may be amended. The most recent copy of the City's Living Wage Ordinance is attached as Exhibit B hereto; notwithstanding the preceding, it shall be Contractor's sole responsibility and obligation to familiarize itself with the Living Wage Ordinance, as well as any subsequent amendments thereto. 3.3 TEMPORARY TO PERMANENT In the event that that the City, at its sole discretion, elects to employ a temporary employee, no fee and or penalty of any kind (resulting from the change in status of the temporary employee from temporary to permanent), shall be assessed by the Contractor. 3.4 INVOICING Contractor is required to furnish the following information on its invoices for temporary personnel supplied to the City: - Purchase Order number issued by the City's Procurement Division - Department and location within the City of temporary services provided - Full name of individual performing the service - Job classification - Number of hours worked, by date 3 All invoices are subject to verification, approval, and processing by the City department requesting the temporary personnel. 3.3 METHOD OF PAYMENT Payments shall be made for Services satisfactorily rendered within thirty (30) days of the date of proper invoice. Contractor shall provide invoices in duplicate to the manager or department head of the City department utilizing the temporary personnel for which the invoices are for. With a copy to: City of Miami Beach Accounts Payable Department 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONTRACTOR With respect to the performance of the Services, the Contractor shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. In its performance of the Services, the Contractor shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, State of Florida, and Federal Government. 4.2 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein. 4.3 DURATION AND EXTENT OF AGREEMENT The term of this Agreement shall be for an initial term of two (2) years commencing on the last date of execution of the Agreement by the parties hereto. At its sole discretion, the City may renew this Agreement upon the same terms and conditions, for up to two (2) additional one (1) year renewal options, upon thirty (30) days written notice to Contractor (such notice to be provided prior to the end of the initial term or a renewal term, as the case may be). 4.4 TIME OF COMPLETION The Services to be rendered by the Contractor shall commence upon receipt of a Purchase Order from the City, subsequent to the execution of the Agreement. The Services shall be ongoing for the Term of the Agreement, on an as needed basis. 4 4.5 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its employees, agents, sub-contractors, or any other person or entity acting under Contractor's control, including without limitation any and all temporary personnel assigned to the City pursuant to this Agreement, in connection with the Contractor's performance of the Services pursuant to this Agreement; and to that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's Indemnity Agreement. The Contractor's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4.6 TERMINATION. SUSPENSION AND SANCTIONS 4.6.1 Termination for Cause If the Contractor shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular terms of this Agreement and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City, upon thirty (30) days' notice to Contractor, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 5 4.6.2 Termination for Convenience of City NOTWITHSTANDING SECTION 4.6.1, THE CITY MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN REQUEST FOR PROPOSALS NO. 37-04/05, TOGETHER WITH ALL AMENDMENTS THERETO, AND CONTRACTOR'S PROPOSAL RESPONSE, ATTACHED HERETO, SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONTRACTOR'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BY THE CITY AT ITS DISCRETION, UP TO THE DATE OF TERMINATION. PROVIDED, HOWEVER, THAT AS A CONDITION PRECEDENT TO SUCH PAYMENT, CONTRACTOR SHALL DELIVER ANY AND ALL DOCUMENTS, MATERIALS, ETC, TO CITY, AS REQUIRED HEREIN. 4.6.3 Termination for Insolvency The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.6.2. 4.6.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City, Miami- Dade County, and / or the State of Florida, as applicable, may determine to be appropriate, including but not limited to, withholding of payments to the Contractor under the Agreement until the Contractor complies and/or cancellation, termination or suspension of the Agreement. In the event the City cancels or terminates the Agreement pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.6.2. 4.7 CHANGES AND ADDITIONS Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Contractor. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City. 6 4.8 AUDIT Contractor shall keep such records and accounts and require any and all subconsultants to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hour charge to the City. All books and records relative to the Agreement, and the Services to be provided herein, shall be available at all reasonable times for examination and audit by the City and shall be kept for a period if three(3) years after the completion of all work / Services to be performed pursuant to this Agreement. The City reserves the right to perform audit investigations of the Contractor's payroll, and any other records, of employees assigned to the City. The City's audit rights shall include, without limitation, ascertaining Contractor's compliance with screening, interviewing, testing, and training requirements( pursuant to subsection 2.3) and the City's Living Wage Law. Contractor shall maintain any and all records necessary to document compliance with the provisions of this Agreement, and shall make available to the City, upon request; such records for audit and examination relating to all matters covered by this Agreement. 4.9 INSURANCE REQUIREMENTS Contractor shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. (Any exceptions to these requirements must be approved by the City's Risk Management Department prior to implementation of same): 1. Commercial General Liability: A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000 Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. 2. Worker's Compensation: A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws as required per Florida Statutes. Said policies of insurance shall be primary to and contributing with any other insurance maintained by the Contractor or City, and shall name the City and the officers, agents and employees of said organizations as additional insures under this Agreement. Policies cannot be canceled without thirty (30) days prior written notice to the City. The Contractor shall file and maintain certificates of all insurance policies with the City's Risk Management Department showing said policies to be in full force and effect at all times during the term of the Agreement. No work shall be done by 7 Contractor during any period when it is not covered by insurance as herein required. Such insurance shall be obtained from brokers or carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by the City's Risk Manager prior to commencement of any work or services under the Agreement. If any of the required insurance coverages contain aggregate limits, or apply to other operations of the Contractor outside the Agreement, Contractor shall give City prompt written notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. The Contractor shall further take immediate steps to restore such aggregate limits or shall provide other insurance protection for such aggregate limits. 4.9.1 Failure to Procure Insurance Contractor's failure to procure or maintain required insurance coverage shall constitute a material breach of Agreement under which City may, at its sole option, immediately terminate the Agreement. 4.10 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Contractor shall not subcontract, assign, or transfer any work under this Agreement in whole or in part, without the prior written consent of the City. 4.11 SUB-CONTRACTORS The Contractor shall be liable for the Contractor's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of any and all sub-contractors, and any other person or entity acting under the direction or control of the Contractor including with out limitation, any and all temporary personnel provided in the City pursuant to the terms and conditions of the Agreement. When the term "Contractor" is used in this Agreement, it shall be deemed to include any sub-contractors and any other person or entity acting under the direction or control of Contractor. For the purpose of this Agreement, Contractor acknowledges and agrees that any and all temporary personnel assigned by Contractor to provide services to the City pursuant to this Agreement shall be deemed to be independent contractors and not agents or employees of the City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the City, or any rights generally afforded Classified or Unclassified employees. Further, each personnel shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the City, or accumulation of sick or annual leave. 8 4.12 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, physical handicap, or sexual orientation. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, disability, or sexual orientation. 4.13 CONFLICT OF INTEREST The Contractor agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly are employed by the Contractor. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.14 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Contractor or its employees or sub-contractors, without the prior written consent of the City. 4.15 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). 9 Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Tandem Staffing Solutions, Inc. Attn: Charles Abadie President 1690 South Congress Avenue, Suite 210 Delray Beach, Florida 33445 (321) 438-3900 TO CITY: City of Miami Beach Attn: Mayra Buttacavoli Director, Human Resources and Risk Management 1700 Convention Center Drive Miami Beach, Florida 33139 (305) 673-7520 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.16 LITIGATION JURISDICTIONNENUE This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. BY ENTERING INTO THIS AGREEMENT, THE CONTRACTOR AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 4.17 ENTIRETY OF AGREEMENT This Agreement and all exhibits hereto including without limitation, Request for Proposals (RFP) No. 37-04/05, together with all amendments thereto, and Contractor's response to the RFP (the Proposal Documents), shall embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superceded hereby. Request for Proposals No. 37-04/05, together with all amendments thereto, and Contractor's Proposal in response are hereby incorporated by reference into this Agreement, as Exhibit "A" hereto; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. 10 4.18 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $1,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $1 ,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of $1 ,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. 4.19 COMPLIANCE WITH APPLICABLE LAWS The Contractor, its subcontractors, agents and employees, including with out limitation, any and all temporary personnel assigned to the City pursuant to this Agreement, shall comply with all applicable Federal, State, Miami-Dade County and City Laws, and with all applicable rules and regulations promulgated by local, state and national boards, bureau and agencies as they relate to the Agreement and lor the provision of services hereto. 11 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA or David Dermer J,sd- ~t..u.. dMh Date ATTEST: . By: ~o f~~ CityClerk . Robert Parcher ~flljhf~~ j{)riP Date FOR CONTRACTOR: TANDEM STAFFING SOLUTIONS, INC. ATTEST: By: -~~~ ..5eernLaL y W~$ ~C~,-~A, rincipal Signature/Title 4=>. ~ '5" ,'^ ~\'t.~~ Print Name f/ea:tltt.r (! AL~\. Print Name ~\'\l~ ~ 7, ~~" Date Date Attachments: Exhibit "A" -Request for Proposals No. 37-04/05, Addendum NO.1 thereto, and Contractor's response to the Proposal. Exhibit "B" - City of Miami Beach Living Wage Ordinance No. 2001-3301 and Ordinance No. 2003-3408. APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 12 -==- E~ H \ B f\ tf\::- Miami Beach ***** ~CIIJ , 1111' CITY OF MIAMI BEACH lQ - REQUEST FOR PROPOSALS (RFP) NO. 37-04/05 FOR TEMPORARY PERSONNEL SERVICES CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE, THIRD FLOOR MIAMI BEACH, FL 33139 WWW.mlamlbeachfl.goY P.,...,.LeJa@mlamibeachfJ.goy PHONE: (305) 673-7490 FAX: (305) 673-7851 RFP NO. 37-04/05 DATE: 8/3/05 1 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov - PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 Request for Proposals (RFP) No. 37-04/05 Sealed Proposals will be received by the City of Miami Beach (the "City"), Procurement Division, Third Floor, 1700 Convention Center Drive, Miami Beach, Florida, 33139, on August 31, 2005 until 3:00 p.m. for: TEMPORARY PERSONNEL SERVICES At time, date, and place above, Proposals will be publicly opened. ANY PROPOSAL RECEIVED AFTER TIME AND DATE SPECIFIED WILL BE RETURNED TO THE PROPOSER UNOPENED. The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis", as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. A PRE-RFP SUBMISSION MEETING IS SCHEDULED FOR AUGUST 16 AT 10:30 A.M. IN THE CITY MANAGER'S LARGE CONFERENCE ROOM, LOCATED AT CITY HALL, 1700 CONVENTION CENTER DRIVE, 4TH FLOOR, MIAMI BEACH, FLORIDA. Attendance at the aforementioned pre-RFP submission meeting is NOT mandatory, but strongly encouraged as a source of important information. The City has contracted with BidNet as our electronic procurement service for automatic notification of bid opportunities and document fulfillment. We encourage you to participate in this bid notification system. To find out how you can receive automatic bid notifications or to obtain a copy of this RFP, go to www.aovbids.com/scrfDts/southflorida/DUblic/home1.asD or call toll-free 1-800-&77-1997 ext. 214. Any questions or clarifications concerning this RFP shall be submitted in writing by mail or facsimile to the Procurement Division, Attention: Pamela Leja, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305) 673-7851, or e-mail: RFP NO. 37-04/05 DA TE: 8/3/05 2 CITV OF MIAMI BEACH PamelaLeiaca>.miamibeachfl.Qov. All responses to questions/clarifications will be sent to all prospective proposers in the form of an addendum. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE "CONE OF SILENCE, .. IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COPY OF ALL WRITTEN COMMUNICATION(S) REGARDING THIS PROPOSAL MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE "CODE OF BUSINESS ETHICS" IN ACCORDANCE WITH RESOLUTION NO. 2000-23879. YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000- 3234. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES WHO PROVIDE SERVICES COVERED BY THE RFP, SHALL BE PAID A LIVING WAGE OF NO LESS THAN $8.56 AN HOUR WITH HEALTH BENEFITS, OR A LIVING WAGE OF NO LESS THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS. YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS SUBJECT 10 THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRED TO REGISTER AS A LOBBYIST, AND AS OF MAY 18,2002, ACCORDING TO ORDINANCE NO. 2002-3363, ALL LOBBYISTS AND PRINCIPALS MUST FILE A FINANCIAL DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE. Detailed representation of all these ordinances can be found on the City of Miami Beach Website at http://www.miamibeachfl. gov/newcity/depts/purchase/bidintro. asp. CITY OF MIAMI BEACH .' ~...' Gus Lopez, CPPO, CPPB Procurement Director RFP NO. 37-04/05 DA TE: 813/05 3 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139 www.mlamibeachfl gOY PROCUREMENT DIVISiON Telephone (3051673-7490 F.c.lmUe (305) 673-7851 NO PROPOSAL RFP No. 37-04/05 I NOTICE TO PROSPECTIVE PROPOSERS If not submitting a proposal at this time, please detach this sheet from the RFP documents, complete the information requested, and return to the address listed above. NO PROPOSAL SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: _Our company does not handle this type of product/service. _We cannot meet the specifications nor provide an alternate equal product. _Our company is simply not interested in bidding at this time. _Due to prior commitments, I was unable to attend pre-proposal meeting. _ OTHER (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a proposalm this completed form, may result in your company being removed from the City's bid list RFP NO. 37-04/05 DA TE: 8/3/05 4 CITY OF MIAMI BEACH TABLE OF CONTENTS SECTION PaQe(s) I. OVERVIEW AND PROPOSAL PROCEDURES 6-11 II. SCOPE OF SERVICES 12-14 III. PROPOSAL FORMAT 15 IV. EV ALUA TION CRITERIA 16-17 V. GENERAL PROVISIONS 18-19 VI. SPECIAL TERMS AND CONDITIONS - INSURANCE 20 VII. PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO THE CITY 21-29 VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS 30-32 .... NO. 37-04/05 DATE: Il3105 5 CITY OF MIAMI BEACH SECTION I . OVERVIEW AND PROPOSAL PROCEDURES: A. INTRODUCTION/BACKGROUND The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis", as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work C?n special projects. The Mayor and City Commission at its July 27, 2005 meeting, authorized the Administration to issue this RFP for a Temporary Personnel Services. B. RFP TIMETABLE The anticipated schedule for this RFP and contract approval is as follows: Pre-Proposal Submission Meeting August 16,2005 at 10:30 a.m. Deadline for receipt of questions August 19,2005 by 5:00 p.m. Deadline for receipt of Proposals August 31,2005 by 3:00 p.m. Evaluation Committee meeting September 2005 Commission Acceptance of City Manager's October 2005 Recommendation, and Authorization to Enter Into Negotiations, and Contract Awards c. PROPOSAL SUBMISSION An original and ten (10) copies of complete proposal must be received by August 31, 2005 by 3:00 p.m. and will be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the Proposer's name, address, telephone num~er, RFP number and title, and proposal due date. The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the Proposer. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. PROPOSALS RECEIVED AFTER THE PROPOSAL DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. RFP NO. 37-04/05 DA TE: 8/3/05 6 CITY OF MIAMI BEACH D. PRE-PROPOSAL SUBMISSION MEETING A PRE-RFP submission conference has been scheduled as follows: Date: August 16, 2005 Time: 10:30 a.m. Place: City Manager's Large Conference Room located at City Hall, 1700 Convention Center Drive, 4th Floor, Miami Beach, Florida, 33139. E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA The contact person for this RFP is Pamela Leja at phone: 305-673-7490; fax: 305-673-7851; or e-mail: PamelaLeja@miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or consultant and the Procurement Division is limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the Procurement Coordinator, with a copy to the City Clerk, no later than the date specified in the RFP timetable. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations other than those made in this RFP or in any written addendum to this RFP. Proposers should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. F. MODIFICATIONIWITHDRAWALS OF PROPOSALS A Proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date and time. Modifications received after the proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the proposal due date or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date and letters of withdrawal received after contract award will not be considered. G. RFP POSTPONEMENT/CANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, Proposals; re-advertise thisRFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any Proposals received as a result of this RFP. RFP NO. 37-04/05 DATE: 8/3/0S 7 CITY OF MIAMI BEACH H. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Proposals to the City, or any work performed in connection therewith, shall be the sole responsibility of the Proposer(s) and shall not be reimbursed by the City. I. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what alternative is being offered. The City, at its sole and absolute discretion, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the Proposer to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. J. SUNSHINE LAW Proposers are hereby notified that all information submitted as part of a response to this RFP will be available for public inspection after opening of Proposals, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". K. NEGOTIA liONS The City may award a contract on the basis of initial offers received, without discussion, or may require Proposers to give oral presentations based on their Proposals. The City reserves the right to enter into negotiations with the top- ranked Proposer, and if the City and the top-ranked Proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the second-ranked Proposer. This process may continue until a contract has been executed or all Proposals have been rejected. No Proposer shall have any rights in the subject project or property or against the City arising from such negotiations. L. PROTEST PROCEDURE Proposers that are not selected may protest any recommendation for selection of award in accordance with City of Miami Beach Ordinance No. 2002-3344 which establishes procedures for resulting protested RFP's selection for awards. Protest not timely pursuant to the requirements of Ordinance No. 2002- 3344 shall be barred. RFP NO. 37-04/05 DATE: 8/3/0S 8 CITY OF MIAMI BEACH M. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers are expected to be familiar with, and comply with, all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EED regulations and guidelines. Ignorance on the part of the Proposer will in no way relieve it from responsibility for compliance. N. DEFAULT Failure or refusal of a Proposer to execute a contract following award by the City Commission, or untimely withdrawal of a proposal before such award is made and approved, may result in forfeiture of that portion of any surety required as liquidated damages to the City. VVhere surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. o. CONFLICT OF INTEREST All Proposers must disclose with their proposal the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer or any of its affiliates. P. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach Lobbyist laws are complied with, and shall be subject to any and all sanctions. as prescribed herein, in addition to disqualification of their Proposals, in the event of such non-compliance. Q. PROPOSER'S RESPONSIBILITY Before submitting proposal, each Proposer shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract documents, and will not be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the Proposer. RFP NO. 37-04/05 DATE: 8/3/05 9 CITY OF MIAMI BEACH R. RELATION OF CITY It is the intent of the parties hereto that the successful Proposer be legally considered to be an independent contractor and that neither the Proposer nor the Proposer's employees and agents shall, under any circumstances, be considered employees or agents of the City. s. PUBLIC ENTITY CRIME (PEC) A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a -bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity , and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. T. CONE OF SILENCE Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are hereby advised that the Cone of Silence requirements listed herein shall apply. u. DEBARMENT ORDINANCE Proposers are hereby advised that this RFP is further subject to City of Miami Beach Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to review the City's Debarment Ordinance. Debarment may constitute grounds for termination of the contract, as well as, disqualification from consideration on any City of Miami Beach RFP, RFQ, RFU, or bid. V. PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS Pursuant to Section 38-6 of the City Code, no person who is a vendor to the City shall give a campaign contribution directly, or through a member of the person's immediate family, or through a political action committee, or through any other person, to a candidate, or to the campaign committee of a candidate, for the offices of mayor or commissioner. No candidate, or campaign committee of a candidate for the offices of mayor or commissioner, shall solicit or receive any campaign contribution from a person who is a vendor to the City, or through a RFP NO. 37-04/05 DA TE: 8/3/05 10 CITY OF MIAMI BEACH member of the person's immediate family, or through a political action committee, or through any other person on behalf of the person. This prohibition applies to natural persons and to persons who hold a controlling financial interest in business entities. w. CODE OF BUSINESS ETHICS Pursuant to Resolution NO.2000-23879 each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. x. AMERICAN WITH DISABILITIES ACT Call 305-673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305-673-7080. Y. ACCEPTANCE OF GIFTS, FAVORS, SERVICES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RfP NO. 37-04/05 DA TE: 813/05 11 CITY OF MIAMI BEACH SECTION II - SCOPE OF SERVICES A. GENERAL The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis., as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. B. TERM OF CONTRACT The contracts shall commence after the approval of the Mayor and City Commission . and shall remain in effect for a period of two (2) years. Providing that the successful Agencies will agree to maintain the same terms and conditions of the contract, the contracts may be extended for an additional two, one-year periods at the City's sole discretion. C. LIVING WAGE Pursuant to Section 2-408 of the Miami Beach City Code, all employees, who provide services covered by this RFP, shall be paid a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits for a total value of $9.81 an hour, or a living wage of no less than $9.81 an hour without health benefits. D. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT The successful Agencies' hourly rates offered in their proposal submission shall remain fixed and firm during the term of their contracts, subject to negotiation based on Consumer Price Index - Urban Areas (CPI-U) or Living Wage Ordinance rate increase. E. PAYMENT All Agencies supplying temporary personnel services to the City are required to furnish the following information on Agency invoices for the personnel supplied: 1. Purchase Order number issued by the City's Procurement Division 2. Location of temporary services performed 3. Full name of individual performing the service 4. Job classification 5. Number of hours worked, by date The invoices are subject to verification, approval, and processing by the department requesting the temporary personnel. RFP NO. 37-04/05 DA TE: 8/3/05 12 CITY OF MIAMI BEACH F. WEAR OF UNIFORM When temporary personnel are assigned to working events with the general public, they will be required to wear a uniform or a vest with the Agency's name and logo on it. G. TEMPORARY TO PERMANENT In the event that the City employs a temporary employee, damage fees (temporary to permanent charge) shall not be assessed. H. PAYMENT The basis of the amount of the payment shall be the hourly rate per hour times the number of hours worked. Overtime will be considered after forty (40) hours of work per week according to the Fair Labor Standards Act. The hourly rate quoted includes all overhead, profit and benefit costs to the Agencies, including employee's hourly rate, which will be in accordance with the City's Living Wage Ordinance. I. PERSONNEL INTERVIEW AND SELECTION The City's representative(s) and successful Agencies shall mutually agree on the job description, minimum qualifications, duties and responsibilities for each position as needed. The City has the option to request more than one person at a time for any specific assignment to interview and select the best candidate for that specific assignment, at no cost to the City. J. MIAMI BEACH ONE STOP CAREER CENTER All temporary personnel services firms that are being recommended for award have agreed to work with the One.Stop Career Center to recruit potential employees. By working together with the Center, the City can insure a larger pool of qualified workers, and support the work of the Center in helping secure gainful employment for unemployed and under employed Miami Beach residents. K. QUALIFICATION In the event that any personnel from the successful Agencies assigned to the City are found to be unqualified for any specific assignment, the City has the right to return such employee at no cost to the City. The City shall be the sole judge of the individual's qualification and its decision shall be final. RFP NO. 37-04/05 DA TE: 8/3/05 13 CITY OF MIAMI BEACH L. HOLIDAYS The City's holiday schedule shall be observed. In the event that the City requires a temporary employee to work on a holiday observed, the day shall be paid at the overtime rate. It is the responsibility of the using DepartmenVDivision to notify the temporary Agencies prior to a temporary employee working on Saturday, Sunday, Holiday or any overtime. M. EMPLOYEES ARE RESPONSIBILITY OF AGENCIES All employees of the Agencies shall be considered to be, at all times, the sole employees of the Agencies under its sole direction and not an employee or agent of the City. The Agencies will supply competent and physically capable employees. The City may require the Agencies to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on the City's property is not in the best interest of the City. Each employee shall have and wear proper identification. The employees utilized under the resulting contract will be provided with and shall follow all policies and procedures of the City. N. SCREENING, INTERVIEWING, TESTING AND TRAINING The Agencies will be responsible for screening, interviewing, testing and training to include, but not be limited to: 1. In-depth interview that includes job preferences, experience, goals, interests, attitudes, motivation and other work-related attributes. 2. Job-related tests to include typing and communication skills. 3. Background checks to include drug testing, criminal checks, and credit history (for positions that may require the handling of City funds). 4. Verification that their employees are not convicted sex offenders. 5. Training employees on the City's Service Excellence program. O. AUDIT The City reserves the right to perform audit investigations of the Agencies' payroll and related records of employees assigned to the City to ascertain that such employees' records indicate payment received for the speCific hours worked for the City pursuant to the living Wage requirements. P. TEMPORARY POSITIONS The required listing of temporary positions and their associated job descriptions is included in this RFP and labeled "Temporary Personnel Services Position Descriptions." RFP NO. 37-04/05 DATE: 8/3/05 14 CITY OF MIAMI BEACH SECTION III - PROPOSAL FORMAT The items marked by an asterisk (*) are required as part of the Proposal. If these items are omitted, Proposer must submit within five (5) calendar days upon request from the City, or the Proposal shall be deemed non-responsive. All other items must be submitted with the Proposal or it will be deemed non-responsive. 1. *Table of Contents Outline in sequential order the major areas of the proposal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. *ProDosal Points to Address: Proposer must respond to all minimum requirements listed below. Proposals which do not contain such documentation may be deemed non-responsive. . *Introduction letter designating areas of proposed services and sufficient information as to the qualifications of the proposer. . Respondents shall submit documents that provide evidence of capability to provide the services required as part of their submittal package. . *Respondents shall indicate how many years of experience their firm has in providing temporary personnel services. . Respondents must provide documentation which demonstrates their ability to satisfy all of the RFP requirements. . Respondents shall include their procedures for screening, interviewing, testing and training employees that will be placed with the City. . *Client references. List at least eight client references (name, title, company, address, telephone, a-mail address and fax) our Procurement Division may communicate with regarding your services. In addition, information for each reference shall include the description of temporary services provided; and estimated contract amount and volume of hours provided. 3. Fee Proposal: Submit the proposed fee structure, broken out by position description, relative to the Temporary Personnel Services Position Descriptions listed in Section VIII of this RFP. Proposers are not required to submit pricing for all positions~ob descriptions. 4. Acknowledgment of Addenda (IF REQUIRED BY ADDENDUM) and Proposer Information forms; 5. *Any other documents required by this RFP. 15 CITY OF MIAMI BEACH RFP NO. 37-04/05 DATE: 8/3/05 SECTION IV - EV ALUA TlON CRITERIA The procedure for proposal evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of proposals. 3. Opening and listing of all proposals received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each proposal in accordance with the requirements of this RFP. If further information is desired, proposers may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager the proposal or proposals acceptance of which the Evaluation Committee deems to be in the best interest of the City. An Evaluation Committee appointed by the City Manager, will recommend the most qualified Agencies based on the following criteria: Evalllation Criteria/Factors Weiaht Experience and qualifications of the Agency...... ......... ... ... ... ...... ... ... ... ... .30 points Screening, interviewing, testing and training program...... ... ... ... ... ... ... ... ... .20 points Proven performance of providing qualified and productive employees... '" ... .30 points Billing rates... ... ... ... . .. . .. .. . .. . ... . .. . .. ... ... ... .. . . .. . .. ... ... .. . ... . . . ... ... ... ... ... .... .20 points 100 points 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the proposal or proposals acceptance of which the City Manager deems to be in the best interest of the City. 7. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's recommendation(s) and select another proposal or proposals. In any case, City Commission shall select the proposal or proposals, acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all proposals. RFP NO. 37-04/05 DA TE: 8/3/05 16 CITY OF MIAMI BEACH 8. Negotiations between the selected proposers and the City Manager take place to arrive at a contract or contracts. If the City Commission has so directed, the City Manager may proceed to negotiate a contract or contracts with a proposer or proposers other than the top-ranked proposer or proposers, if the negotiations with the top-ranked proposer or proposers fail to produce a mutually acceptable contract or contracts, within a reasonable period of time. 9. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. 10. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected proposer(s) has, or have, done so. Imoortant Note: By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. .... NO. 37-04/05 DATE: 8/3/05 17 CITY OF MIAMI BEACH SECTION V . GENERAL PROVISIONS A. ASSIGNMENT The successful proposer shall not enter into any sub-contract, retain consultants, or assign, transfer, convey. sublet, or otherwise dispose of this contract, or of any or all of its right. title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute default by the successful proposer. B. INDEMNIFICATION The successful proposer shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents. from and against any and all actions. claims, liabilities, losses and expenses, including but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful proposer. its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful proposer shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. c. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful proposer, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful proposer of such termination which shall become effective upon receipt by the successful proposer of the written termination notice. In that event. the City shall compensate the successful proposer in accordance with the Agreement for all services performed by the proposer prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above. the successful proposer shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the proposer, and the City may reasonably withhold payments to the successful proposer for the purposes of set off until such time as the exact amount of damages due the City from the successful proposer is determined. 18 RFP NO. 37-04/05 CITY OF MIAMI BEACH DA TE: 8/3/05 D. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful proposer of such termination, which shall become effective thirty (30) days following receipt by proposer of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful proposer in accordance with the Agreement for all services actually performed by the successful proposer and reasonable direct costs of successful proposer for assembling and delivering to City all documents. No compensation shall be due to the successful proposer for any profits that the successful proposer expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful proposer upon a termination as provided for in this section. .... NO. 37-04/05 DATE: 1/3/05 19 CITY OF MIAMI BEACH SECTION VI- SPECIAL TERMS AND CONDITIONS INSURANCE: Successful Proposer shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Any exceptions to these requirements must be approved by the City's Risk Management Department: Commercial General Liability. A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000. Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. Worker's Compensation. A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws as required per Florida Statutes. Said policies of insurance shall be primary to and contributing with any other insurance maintained by Selected Proposer or City, and shall name the City and the officers, agents and employees of said organizations as additional insured while acting within the scope of their duties but only as to work performed by the Selected Proposer under this Agreement. This policy cannot be canceled without thirty (30) days prior written notice to the City. The Selected Proposer shall file and maintain certificates of all insurance policies with the City's Risk Management Department showing said policies to be in full force and effect at all times during the course of the Agreement. No work shall be done by the Architect during any period when it is not covered by insurance as herein required. Such insurance shall be obtained from brokers of carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by City prior to commencement of any work or tenancy under the proposed Agreement. If any of the required insurance coverages contain aggregate limits, or apply to other operations or tenancy of selected Proposer outside the proposed Agreement, selected Proposer shall give City prompt written notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. Selected Proposer shall further take immediate steps to restore such aggregate limits or shall provide other insurance protection for such aggregate limits. FAILURE TO PROCURE INSURANCE: Selected Proposer's failure to procure or maintain required insurance program shall constitute a material breach of Agreement under which City may immediately terminate the proposed Agreement. RfP NO. 37-04/05 DA TE: 8/3/05 20 CITY Of MIAMI BEACH SECTION VII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO THE CITY 1. Proposer Information 2. Acknowledgment of Addenda 3. Fee Proposal Form - Proposer shall submit their own Pricing Proposal form, pursuant to the "Personnel Services Position Descriptions" herein. Proposers are not required to submit pricing for all positions/job classifications. 4. Declaration 5. Questionnaire RFP NO. 37-04/05 DA TE: 8/3/05 21 CITY OF MIAMI BEACH PROPOSER INFORMA lION Submitted by: Proposer (Entity): Signature: Name (Typed): Address: City/State: Telephone: Fax: It is understood and agreed by Proposer that the City reserves the right to reject any and all Proposals, to make awards on all items or any ,terns according to the best interest of the City. and to waive any irregularities in the RFP or in the Proposals received as a result of the RFP. It is also understood and agreed by the Proposer. that by submitting a proposal. Proposer shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (Printed Name) RFP NO. 37-04/05 DA TE: 8/3/05 22 CITY OF MIAMI BEACH ACKNOWLEDGMENT OF ADDENDA REQUEST FOR PROPOSALS NO. 31-04/05 Directions: Complete Part lor Part II. whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of Staff Member Date Proposer - Name Date Signature RFP NO. 37-04/05 DA TE: 8/3/05 23 CITY OF MIAMI BEACH DECLARA TION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this day of .2005. The undersigned, as Proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains: that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this proposal is accepted. to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach, Florida, for the performance of all requirements to which the proposal pertains. The Proposer states that this proposal is based upon the documents identified by the following number: RFP No. 37-04/05 SIGNATURE PRINTED NAME TITLE (IF CORPORATION) RFP NO. 37-04/05 DA TE: 8/3/05 24 CITY OF MIAMI BEACH QUESTIONNAIRE Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corooration. answer this: When Incorporated: In what State: If a Foreian Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: RFP NO. 37-04/05 DA TE: 8/3/05 25 CITY OF MIAMI BEACH Members of Board of Directors: If a Partnership: Date of organization: General or Limited Partners: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by Proposer ever been canceled? Yes () No ( ) If yes, give details on a separate sheet. RFP NO. 37-04/05 DA TE: 8/3/05 26 CITY OF MIAMI BEACH Questionnaire (continued) 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No ( ) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not ( ) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations~ To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10"0) interest: A. List all pending lawsuits: RFP NO. 37-04/05 DA TE: 8/3/05 27 CITY OF MIAMI BEACH Questionnaire (continued) B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, state same.) 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Proposals. (Use additional sheet if needed) RFP NO. 37-04/05 DA TE: 8/3/05 28 CITY OF MIAMI BEACH Questionnaire (continued) The Proposer understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the Proposer to be true. The undersigned Proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Proposer, as may be required by the City Manager. The Proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the Proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESS: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESS: IF PARTNERSHIP: Signature Print Nam.e of Firm Print Name Address By: General Partner WITNESS: Print Name IF CORPORATION: Signature Print Name of Corporation Print Name Address By: (CORPORA TE SEAL) President Attest: Secretary RFP NO. 37-04/05 PATE: 8/3/05 29 CITY OF MIAMI BEACH VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS Item TEMPORARY PERSONNEL SERVICES 1. Secretary I Two years experience in secretarial and clerical work. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi-ethnic/multi-cultural environment. Minimum 40 wpm. 2. Secretary II/Administrative Assistant Three years advanced experience in secretarial and clerical work including transcription, dictation and executive level experience. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi- ethnic/multi-cultural environment. Minimum 40 wpm. 3. Clerk TVDist .ResponsibJe and varied clerical work involving moderately complex work methods and procedures. Requires proficiency in the use of the word processor and/or typewriter. Must type 40 correct words per minute based on dept. needs. 4. Clerk I Must possess basic typing and computer experience and good people skills. Dependability and self motivation, work flexible schedule, including weekends and evenings. Must have ability to work in a multi-ethnic/multi-cultural environment. 5. Clerk II One year experience in general clerical work, possess computer software experience and good people skills. Dependability and self motivation, work flexible schedule, including weekends and evenings. Must have ability to work in a multi-ethnic/multi-cultural environment. RFP NO. 37-04/05 DA TE: 8/3/05 30 CITY OF MIAMI BEACH 6. Clerk III Three year experience in skilled typing and general clerical work, accounting & bookkeeping. Experience in meeting public and ability to deal with customers using tact, poise. patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi-ethniclmulti-cultural environment. Must type a minimum of 40 wpm. 7. Bookkeeper / Accountina Clerk II Three years experience in accounting, supplemented by course work in accounting or bookkeeping; or any equivalent combination of experience and training. Must have ability to work in a multi-ethniclmulti-cultural environment. 8. Customer Service ReDs I ComDJaint ODerator Responsible telecommunications work in the Safety communications Unit. Retrieving, evaluation, processing, modifying, and inputting information within various computerized and manual information systems. Type 30 correct wpm, effective communication skills, may include weekends, holidays, shift work. Must have ability to work in a multi-ethnic/multi- cultural environment. 9. Customer Service ReDS / Communications Operator Entry level responsible telecommunications work in the Safety Communications Bureau. Receiving, screening and relaying information for emergency and other calls utilizing a multi- line telephone and a computer aided dispatch system or other means. Effective communication skills, may include weekends, holidays, shift work. Must speak fluent English and one other language, have ability to work in a multi-ethnic/multi-cultural environment. 10. Personnel Technician I Complex clerical and technical work of a specialist nature. Interpretation of department operations, policies, procedures, dissemination of information, maintains records and reports, computes and compiles data; updates. Types forms, answers correspondence, prepares notices and minutes of meetings. Knowledge of HR preferred. 11. Caroenter Knowledge and skills in carpentry work at the entry level in the construction and finish work including materials, methods and techniques. Maintenance and repair of city facilities. 12. Electrician Master Electrician's certification, prior experience with drawings and reading blueprints, design an installation of electrical systems. Skilled work at the entry level as an electrician in the construction, maintenance and repair of city facilities. RFP NO. 37-04/05 DA T[: 8/3/05 31 CITY OF MIAMI BEACH 13. Plumber Skilled work at the journeyman level as plumber with certificate of competency as a journeyman in the plumbing trade. 14. Service Worker Advanced and responsible manual labor duties of a skilled nature. 15. Ale Mechanic Skilled work at the journeyman level in the installation, maintenance and repair of air conditioning equipment, ~nd related apparatus. 16. Painter Skilled painting work at the entry level in the construction, maintenance and repair of city facilities. 17. Buver Specialized technical, clerical and administrative work in the purchasing of assigned commodities. Reviews purchase requests, assists with procurement problems, and solicits quotations. Enters information for issuance of purchase orders. RFP NO. 37-04/05 DA TE: 8/3/05 32 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 August 24, 2005 ADDENDUM NO.1 Request for Proposals (RFP) #37-04/05 FOR TEMPORARY PERSONNEL SERVICES The following additional information as a result of inquiries from individuals is hereby forwarded: 1) The due date for the submission of Proposals has been extended to Tuesdav. September 6. 2005 at 3:00 pm Eastern Time. 2) A breakdown of the hourly rates that were submitted under City of Miami Beach Invitation to Bid No. 55-00101 in September 2001 15 attached. Not all of these agencies are currently providing services to the City. 3) Questions and Answers: Question #1: Will the City provide a breakdown of expenditures to temporary agencies for the past year? Can this be broken out by office work vs. outdoor/tradesman/manual labor? Answer #1: In round numbers, the City paid approximately the following dollar values to temporary personnel agencies: FY2005 FY2004 FY2003 $1.1 million $1.3 million $1.2 million There exists no specific breakdown of the number of temporary employees that the City utilized or currently utilizes. that can be provided in a report format. It is estimated that at about 50% of the City's expenditures to temporary personnel agencies have been for office work; and about 50% have been for outdoorltradesman/manuallabor type positions. Question #2: As there are various methods of performing them, how extensive should the background checks be that the agencies perform? Are backgrounds performed at both the State and Federal level? How does the City handle foreign national background checks? Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel Answer #2 The City conducts a background check consisting of a criminal background. This would include a check for the state of Florida, and any other states in which the person has lived. If a nationwide check is done, this would pull up any information about the person that was ever entered into the judicial system anywhere within the United States. It would not include anything that they may have done abroad if they came from another country. The City has no way of obtaining accurate information regarding an international criminal check. It is also mandatory to screen to see whether the person is a registered sexual predator. Question #3: 'Nhat is the City looking for in a background check? Answer #3: We are looking for any crimes that the person may have committed. We look at the disposition and look for a disposition of "guilty". If the disposition is adjudication withheld, or if the person pled nolo contendere, then we will consider the nature of the crime, when it was committed, and the overall picture. We look for things like violent crimes, i.e. domestic violence, crimes of a sexual nature, etc. Some of these individuals may be working with or around children, and so we need to be mindful of the children's safety. We also look for crimes involving perjury or falsification of documentation or information. Question #4: Can you address the issue of performing background checks on foreign nationals, and the questionable feasibility of performing accurate checks in other countries? Answer #4: The only way that any international criminal background information can be obtained, is if the country in which the crime was committed has communicated this information to Interpol. (Interpol is like a clearing house which logs criminal information about people from other countries. This is usually done only by countries that have a relationship with Interpol. It is not possible to verify the accuracy of any of the information that Interpol receives.) If Interpol has received any information, they would communicate this to the United States via the F.B.1. Thus, a nationwide check would reveal such information. Question #5: What type of drug testing must be performed on all temporary personnel prior to assignment to the City? Answer #5: A five panel test, which must have negative results, consisting of the following: Initial Test Level GS/MS Confirm Test Level Amphetamines Cocaine Metabolites Marijuana Metabolites Opiates Phencyclidine 1000 nglmL 300 nglmL 50 nglmL 2000 nglmL 25 ng/mL 500 ng/mL 150 ng/mL 15nglmL 2000 ng/mL 25 ng/mL Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel 2 Question #6: Will City parking passes be made available to the temporary personnel? Answer #6: Yes, upon assignment, the department utilizing the services will address this with the temporary employee. Question #7: If the agency provides additional services that are not requested in this RFP, can the agency list them and provide rates? Answer #7 As this is an RFP and not an ITB, supplemental information may be provided. If you have any question please contact Pamela Leja at PamelaLeja@miamibeachfl.gov or at 305- 673-7490. CITY OF MIAMI BEACH Gus lopez, CPPB, CPPO Procurement Director Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel 3 == ~ 0 0 Q) 0 0 0 CO 0 0 It) ~ <0 0 ('oj N It) II') It) N C"4 or- lit? lit? C"4 ,... ('oj to ~ C"4 "'i .,... ~ N ~ ~ 0:: C") ''It N M to ''It N . r-: ,.... 0; ''It l"') M .... r..: It) M UJ .,... .,... ... .,... .... .... or- ..- .- or- .,... ..... .- ..... .- .,... .- ... ...J fo/t tilt t.I) ~ ~ tilt .. fIJ. ~ .. .. ~ .. .. .. fIJ. fJ9 .. (.) - - ~ ~ It) ~ t') 0 M <0 0 0 It) ~ ~ ''It ('oj 0 0 ; C"4 .... It) ''It lit? .,... ('oj 0 <( II) "": ~ .... ~ LIJ .... CO') N M iii ('oj ('oj M &d z . M .,... N .... (Q N <'Ii .- .- ..... .- .... or- .... .... ..- .... .... .- ..- .... .... .,... .... ...J .. .. tilt .. .. .. .. .. .. .. .. to') .. .. fJ9 .. .. U .... Q - 0 ~ II) II) CO f2 0 It) <0 0 a :R 0) It) ~ ~ ~ ~ ~ 0 J, ~ ~ ('oj ~ 0 CD .... ~ ~ N ~ W .... M .... M oci N rJ ('oj . . N .... N .... . .... N II) .- or- .,... .,... .... .... .... .... .- .,... .... .... ..- .,... .,... ..- .... ...J .. to') .. .. ~ lit .. W .. ... .. .. lit ... lilt ... .. en u .... w , U ~ In w ~ UJ It) It) CO') 0 0 ~ co .... ." it) ~ It) ~ N It) ,.... ~ ...J ~ N ~ co ... .... 10 .... <( It) CO? &t? ~ C") w ~ .... M .,... M It) N N N an z . co; .,... N ..- co M N Z .- .- .... ..- .- .- ..- .... .... .- .- .... .... .... .... .... ..- z ~ ~ ~ ~ ... .. .. w ... ~ lilt ~ to') lilt ... ... ... ... w 0 ...J UJ U a::: w a.. - >- - a::: >- ~ ! .... 0 co co 0 ~ co co 0 10 ~ N 0 ~ II) II) II) . ~ (Q .... co ,.... ~ ~ ~ M ~ 0 0) 0) 0) 0 w N ''It N Lri g) . N M cO cD cD ~ cD 0r- a; d M .... .... .... or- .... .- .... .... or- .... .... .... .... .... .... ~ .... a.. ~ fo/t .. fIJ. .. ... ~ ~ ~ .. ... ... .. lilt ... .. .. ~ u w W I- (I) W 0 u: - u.. i 0 0 It) <0 0 0 0 ('oj It) It) ~ II) ~ 0 ~ ~ ~ ~ ~ 0 C'! <"f co co N "'It co ('oj ~ ('oj N N CO) N M cD . N N ,..: . M M C") .... ,..: cD N ~ .... .... .... .- .... .... .... .... ..... .... or- .... ..- .... .... ... .... u ~ lilt ~ .. ~ ~ ... w ... .. ~ W lilt .. lilt .. .. w UJ ." ji t ra I !1iI~ L J w m u I j I ~ I ~ a >- ~ :tI i i i j I ~ 21 ~ u. w i j f! ~ I i ~ ;1111 ." ! II ~ r~ j~ ! a , = III! .z '" i ~ llIl: III I ~ ~hU j , ~ i a ! 2 ~ 5 :;) ! . u a ." .... N C") "lit II) CD ..... co 0 I:) ,.. N '" ~ II) CD ..... GO ,.. ,.. ,.. ,.. .,... .... ,.. .,... .... ..- ~ o ~ at) m .- w U 6; W tn ...J W Z Z o ~ W 0- ~ ~ o 1. ~ JJ .u :2 L L :> " N 0 ,.... 0 0 CO ~ N 0 II) ~ U) 0 ~ II) CO W ,... N ~ CO ~ '<3' <0 ~ <( Q) ~ <( U) ~ It? >- ..,. Iri T"" M N Lri. ,.... 'It CO Z 0; U) C"') Z ari ..,. LO ..- :J ~ T"" .... N ..- ..- .... ... ..- ..- ..- T"" ..- T"" N CD .... 119 tit tit 119 119 tit tit W ... .. ... .. .. .. ..J W z- N U) ,.... f8 0 0 0 CD 0 II) ,.... CO ~ U) ?l U) Z::c ,.... N CO 01 N ~ 01 ..,. ~ ~ ('II ..- <( Q) Q) 00 ~ ld M cO aD ..t ..,. M aD ..,. .. aQ z .... ex) ci M InW T"" ..- ..- .... or- ... ..... .... .... ..- .... ..... .... T"" N T"" oe... W (,It 119 tit .. .. .. tit ... W ... (,It .,.. .. .. .. w a.. ~ ~ ~ 0 en i 0 it) CO i II) II) ~ 0 ('II 0 0 N oeU N T"" 0 CO ,.... N c( U) N <( ~ .... 0 N fj! ..; ~ N c.; .. N N N cO z .. cD (f) z .... cO ..t Iri - ... .... ... .... ..... .... .... .... .... .... ..... .... .- .... ..... :IE .,. ... tit tit tit ... .. tit ... ... ... tilt tilt M M ... :Ii 0 0 to- Z 3<< 0 U) ,... C") 0 U) co co 8 II) ('II CO N It) 0 co A-w ..,. N ~ It) 0 CO .... C") <( II) 0 ~ <( ~ CO ~ <0 :I a.. ..t (f') ..... c.; .. N N N ,..: z .. ,...: .... z .... cO M N 00 .... ..... .... or- ..... ..... T"" .... ..... ..... ... .... ..... .... T"" ..... 0 .. .. w ... ... .. w .. En tit tit W tit .. W w II: en 0 - D::lil:: woe A.w ~ It) ..... co s: ~ 0 co 0 It) ~ ~ 0 ~ N It) N It) UJ..J N co ... ('II ..,. . en U) ~ Q) It) 01 Wo an cD N Iri cO lri . c.; cO cO a) .,; cO &d ..- cO ai M ~t- ... T"" .... .... .... ..... .... ..... .... .... .... ..... .... .... .... .... ..... ..... 00 .. .. ... tit ... .. ... .. tilt .. tit ... .. .. .. .. .. M o~ II .,. I en c Ii IL CJ w I ~ il i z II) ~ ~ I! i ii ~ I I -0 J . i 25 w 0 ~ s I IL Z '0 III I!! ~ ~ I f.! aU: il en !I &L 2 i .. i Iii ~ i! a i a III 0 II: Ii! .. .2 en ~ ~ ~ ~ I III ii III . cll) I .,. ii ~ ~ to- 2' I ~ i ~ 0 ! i ~S ~ c B u a W ., ... N C'I) ..., II) co .... 10 ca 0 'I"" N Cf'>> ... .., UJ ..... GO - ... ... - ... ... ... ... ... .~ ..... S2 o o J, It) al t: w o ~ w C/) ...J W Z Z o C/) ex: w a. >- a: ~ o a. ~ w ~ a w N :J 4( o W 0- r/) 0 ~ ~ N N 0 0 0 <( 0) 0) C! q ct? <t: U ,..: .n cO IoU Z CD M 0 Z ~ ..- ,... N ..- ~ ::E .... fh W W ~ It w :l.: a: ~ ~ ~ (7) 0 0 N ~ ~ C? N 0 ~ W N &ri N l.ri "Ii .... ,... M ..- ..- ..- .... .... .... ~ ..- u w "" w '" '" '" .,. ~ IoU U) a: III 0 Sf 8 0 0 <<( 0) <( (D CD <<( :s z ,..: z cO cO &ri &ri z :;) ~ ... ~ ... ~ .... '" '" A. ~ U 0 N 0 0 In ii! <( en c( 0) 0 (D "If; <( ':; z ,..: z cO cO iii 0) Z ~ .... ~ .... M IoU '" .. w -' IoU a: IoU .. 8 ~ 0 0 In Z <( c( 0 co .... <<( au z ~ Z M aD l.ri d z ! N ..- &I ... ~ '" '" '" fI) ~ &. III I ~ fI) III i! II flJCl i A! t ; 'I II. i Ii a I ~ tii~ III !I i g." ~ t-t!! ! Ii ~ ~ ~ 2 ~ z ;:) ... N C") ~ 110 eft 0 ... ... ... " .' I) 5 , .. 0r- e o ~ &t') m t: w (,) ~ w en ...J w Z z o ~ w a.. ~ ~ o a.. ~ w f- a w N ::; 4( t) W 0- m (,) ~ (,) w 0 :& < <( < c( c( c( ~ <( ~ Z 2 Z Z 2 Z 0 Z ~ ~ ~ ~ a. II) ~y II) :Ii ~ ~ < 4( <( 4( C") ~ 2 Z Z Z ex:) tiifd C") ... !2 UJ I t I It) <( ~ c( < 4( <( N c( ~ z z z z z ,...: z "7 l:i 5 ~ :IE II: W lI) g 0 8 0 0 to- <( .... N ~ ~ <( z z ..t N Iri Iri CO) ..- z ~ N ..- .... N ..- ~ .. tit .. .. tit III ~ IL W 2 ~c III Ie t!! if II Q t w II ~ z III ~~ J!! i ~ ~ i 0 i~ z w ", ~ i !I I ::) ::J ID - g . z ~ ... N C") ~ co eft 0 ... .. ... ) i ~ r) 5 , ... , . ~ W2 !~ ~ u..=> ~ Z~ <0 .. :::EO ~ ~ .... u 8 .., ~ u; U) ~ .. ...... I 8 u; ~ rJ 8 an u LC) .. 0 fII 0 an Q In W CJ Q 0 IX is 0 W Q ad ::E '" II) w ! ! ~ A. W .... 0 , 0 0 S ad II) 0 w Z ~ ::E i .... Q o o an It) m t- w o ~ w en ...J w Z z o en 0:: w a. >- a: ~ o a. :E w ... -J ~ Z :J: () W .... t: 0 0 f3 0 ..J g ~ ..... .. w l).. .. ~ 0 0 0 w ui .... ~ ~ 0 D: WW ....D- S n ,...: It) 6It Q ~ I- ~CI) !~ 38 8 0 0 ~ z~ Iri fat; I~ :4 ma: w CJ ~ D: : 0 w 8 .... 0 rn u ui w 0 - It) .... ~ u .. ~ ~ z 0 0 D- C) : C) 0 z z ~ i u 8 i ~ 8 I ~ N I 0 ;:) It) Q ~ !l 6It III ~ > ~ W ~ D- ~ a: 11 D: IX ~ I 8 ~ S. 0 III >>I ~ C! en ~ N j ~ ~ I- en Q ::;) z d III ~ HI en :] ..J 0 0 w w ~ ~ 0 2 '+ , ~ ~ ... .... ~ 0 a:: 0 :J N u <0 W "" (J) UJ a: :J .... 0 u 0 w N I- eD I .. C) ~ z 52 IX ~ ~ z w 0 w 0 z ! a z w z 0 ~ 0 0 l- S ~ z ~ ~ I ;l~~ 8 ~oo z~a.. ,...: :z: a.. N o :J .. Wz(J) t: I- 2 , A. ~(J) ::) en 0:1: 8 g _0 ZW .; :rr U z frl~ :E: I- 0 UI .... I ~m 8 -Q ~~ ii Ow W:1: .... ~ ~ ... z a:: i 0 -..J 8 Zw ~~ Iri ~ ~ z Z :::J - :I ~ ...j w :I [ij E ..J 0 0 0 Iri ~ ~ It) 6It 2S )( Z Z ::J ;:) w ~ 0 I&. I: . ~ ... . TANDEM Workforce Partners TANDE~t STAFFING SOLUTIONS, INC. Request for Proposal (RFP) #37-04/05 Temporary' Personnel Services City Ofl\liami Beach .. Proclll"ement Division 17. Conyention Center Drive., Third Floor )fiami BeK~ Fl33139 [~DICJJ!'lV~ .1.' C" C.~T > ll.nC:ln. t..i'f\ ,.f 't.," 1. ...-.-" .:l L4. - CL Y P:~~,:i" ~ ~'~f.1-4 Table of Contents Information: 1. Proposer Information 2. Acknowledgment of Addenda 3. Declaration 4. Questionnaire 5. Adden9wll No 1 Introduction: 1. Information on Tandem Staffing Solutions, Inc 2. Letter stating intentions 3. Business Profile 4. Hiring and Screening Process 5. E-Prise Technology: 1. Who we are 2. Some of our clients 3. E-Prise Information Process: 1. How -E-Prise works Implementation: I. Suggested Events Pricing References Letters PROPOSER INFORMATION Submitted by: Juan A. Rivera Proposer (Entity): Tandem Staffing Solutions Signature: Name (Typed): Juan A. Rivera Address: 1690 South Congress Avenue. Suite 210 City/State: Delray Beach. FL 33445 Telephone: 941-650-4475 Fax: 561-454-3727 It is understood and agreed by Proposer that the City reserves the right to reject any and all Proposals, to make awards on all items or any items according to the best interest of the City, and to waive any irregularities in the RFP or in the Proposals received as a result of the RFP. It is also understood and agreed by the Proposer that by submitting a proposal, Proposer shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a co t has be n a reed to and signed by both parties. (Authorized Signature) Juan A. Rivera (Printed Name) 08/16/05 (Date) RFP NO. 37-04/05 DATE: 8/3/05 22 CITY OF MIAMI BEACH ACKNOWLEDGMENT OF ADDENDA REQUEST FOR PROPOSALS NO. 37-04/05 Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: Addendum No.1, Dated a."'i",1 l "I ~005- Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: x No addendum was received in connection with this RFP. Verified with Procurement staff Name of Staff Member Date Juan A. Rivera ~me 08/16/05 Date RFP NO. 37-04/05 DA TE: 8/3/05 23 CITY OF MIAMI BEACH DECLARATION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this 16 day of AUQust ,2005. The undersigned, as Proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this proposal is aca:lpted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach, Florida, for the performance of all requirements to which the proposal pertains. The Proposer states that this proposal is based upon the documents identified by the following number: RFP No. 37-04/05 SIGN Juan A. Rivera PRINTED NAME Account ManaQer TITLE (IF CORPORATION) RFP NO. 37-04/05 DATE: 8/3/05 24 CITY OF MIAMI BEACH QUESTIONNAIRE Proposer's Name: Tandem Staffing Solutions Principal Office Address: 1690 South Congress Avenue. Suite 210 Delray Beach. FL 33445 Official Representative: Individual Partnership (Circle One) jCorporationl If a CorDoration. answer this: When Incorporated: January 7.2002 In what State: Delaware If a Foreian CorDoration: Date of Registration with Florida Secretary of State: October 7. 2003 Name of Resident Agent: C.T. Corporation Address of Resident Agent: 1200 S Pine Island Rd Plantation. FL 33324 President's Name: Charles Abadie Vice-President's Name: Treasurer's Name: RFP NO. 37-04/05 DATE: 8/3/05 25 CITY OF MIAMI BEACH Members of Board of Directors: Heather Alston (Secretary) Eric Miller Michael Green If a Partnership: Date of organization: General or Limited Partners: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of years of relevant experience in operating similar business: 20 2. Have any similar agreements held by Proposer ever been canceled? Yes ( ) No (X) If yes, give details on a separate sheet. RFP NO. 37-04/05 DA TE: 8/3/05 26 CITY OF MIAMI BEACH Questionnaire (continued) 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: NO 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No (X) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not (X) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: As a large corporation. Tandem is from time-to-time involved in litigation. There are currently no pending lawsuits in Miami-Dade County. There are matters pending in two other counties in Florida (one in which Tandem is Plaintiff. the other in which Tandem is a Defendant) and a litigation matter in another state. None of those matters are relevant to the tyPe of work anticipated in this Proposal. RFP NO. 37-04/05 DATE: 8/3/05 27 CITY OF MIAMI BEACH ) ,I Questionnaire (continued) B. List all judgments from lawsuits in the last five (5) years: The litigation that the corporation has been involved in has been resolved amicably in advance of any trial. In most, in not all, cases, the terms of any such resolutions require that the terms be kept confidential. C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: NONE 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, state same.) NONE 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Proposals. (Use additional sheet if needed) NONE RFP NO. 37-04/05 DATE: 8/3/05 28 CITY OF MIAMI BEACH Questionnaire (continued) The Proposer understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the Proposer to be true. The undersigned Proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Proposer, as may be required by the City Manager. The Proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the Proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESS: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESS: IF PARTNERSHIP: Signature Print Name of Firm Print Name Address By: General Partner Print Name IF CORPORATION: Si V fUrIeS "B~ Print Name Tandem Staffing Solutions Print Name of Corporation 1690 South Congress Avenue. Ste 210 Delrav Beach. FL 33445 Address By: OO.A. ~{),i President rI / Iv /- C. //' 1 .-IJ Attest: ~art.:u~ cihH\ _ · Secretary (CORPORATE SEAL) RFP NO. 37-04/05 DATE: 8/3/05 29 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 August 24, 2005 ADDENDUM NO.1 Request for Proposals (RFP) #37-04/05 FOR TEMPORARY PERSONNEL SERVICES The following additional information as a result of inquiries from individuals is hereby forwarded: 1) The due date for the submission of Proposals has been extended to Tuesdav. SeDtember 6. 2005 at 3:00 Dm Eastern Time. 2) A breakdown of the hourly rates that were submitted under City of Miami Beach Invitation to Bid No. 55-00/01 in September 2001 is attached. Not all of these agencies are currently providing services to the City. 3) Questions and Answers: Question #1: Will the City provide a breakdown of expenditures to temporary agencies for the past year? Can this be broken out by office work vs. outdoor/tradesman/manual labor? Answer #1: In round numbers, the City paid approximately the following dollar values to temporary personnel agencies: FY2005 FY2004 FY2003 $1.1 million $1.3 million $1.2 million There exists no specific breakdown of the number of temporary employees that the City utilized or currently utilizes, that can be provided in a report format. It is estimated that at about 50% of the City's expenditures to temporary personnel agencies have been for office work; and about 50% have been for outdoor/tradesman/manuallabor type positions. Question #2: As there are various methods of performing them, how extensive should the background checks be that the agencies perform? Are backgrounds performed at both the State and Federal level? How does the City handle foreign national background checks? Addendum #1, 8/24/05 RFP 37-04105 Temporary Personnel 1 Answer #2 The City conducts a background check consisting of a criminal background. This would include a check for the state of Florida, and any other states in which the person has lived. If a nationwide check is done, this would pull up any information about the person that was ever entered into the judicial system anywhere within the United States. It would not include anything that they may have done abroad if they came from another country. The City has no way of obtaining accurate information regarding an international criminal check. It is also mandatory to screen to see whether the person is a registered sexual predator. Question #3: What is the City looking for in a background check? Answer #3: We are looking for any crimes that the person may have committed. We look at the disposition and look for a disposition of "guilty". If the disposition is adjudication withheld, or if the person pled nolo contendere, then we will consider the nature of the crime, when it was committed, and the overall picture. We look for things like violent crimes, Le. domestic violence, crimes of a sexual nature, etc. Some of these individuals may be working with or around children, and so we need to be mindful of the children's safety. We also look for crimes involving perjury or falsification of documentation or information. Question #4: Can you address the issue of performing background checks on foreign nationals, and the questionable feasibility of performing accurate checks in other countries? Answer #4: The only way that any international criminal background information can be obtained, is if the country in which the crime was committed has communicated this information to Interpol. (Interpol is like a clearing house which logs criminal information about people from other countries. This is usually done only by countries that have a relationship with Interpol. It is not possible to verify the accuracy of any of the information that Interpol receives.) If Interpol has received any information, they would communicate this to the United States via the F.B.I. Thus, a nationwide check would reveal such information. Question #5: What type of drug testing must be performed on all temporary personnel prior to assignment to the City? Answer #5: A five panel test, which must have negative results, consisting of the following: Initial Test Level GS/MS Confirm Test Level Amphetamines Cocaine Metabolites Marijuana Metabolites Opiates Phencyclidine 1000 ng/mL 300 ng/mL 50 ng/mL 2000 ng/mL 25 ng/mL 500 ng/mL 150 ng/mL 15 ng/mL 2000 ng/mL 25 ng/mL Addendum #1, 8/24/05 RFP 37-04105 Temporary Personnel 2 Question #6: Will City parking passes be made available to the temporary personnel? Answer #6: Yes, upon assignment, the department utilizing the services will address this with the temporary employee. Question #7: If the agency provides additional services that are not requested in this RFP, can the agency list them and provide rates? Answer #7 As this is an RFP and not an ITS, supplemental information may be provided. If you have any question please contact Pamela Leja at PamelaLeja@miamibeachfl.gov or at 305- 673-7490. CITY OF MIAMI BEACH ~.~... / .' Gus Lopez, CPPS, CPPO Procurement Director Addendum #1, 8/24/05 RFP 37-04105 Temporary Personnel 3 Table of Contents Page No. Introduction 3 Business Profile 7 Hiring and Screening Process 7 Technology Applications 8 Fee Structure 11 Attachments Attachment A Attachment C Attachment D Attachment E Introduction to Tandem ppt. Technology Overview/Screen Shots Implementation Plan Client References 1 7 17 18 f:TANDE~ "", @ Workforce Solutions 1690 S, Congress Ave.. Suite 210 De/ray Beach, FL 33445 September 06, 2005 Tel: (321) 438-3900 Fax: (561) 454-3788 www.tandemstaffinq.com Pamela Leja 1700 Convention Center Drive Miami Beach, FL 33139 To the City of Miami Beach, Tandem Staffing Solutions, Inc would like to thank you for the opportunity to participate in and respond to the Request for Proposal for Temporary Personnel Services. Based on The City of Miami Beach's needs and objectives discussed in your RFP and the subsequent Pre- RFP meeting in August, we have assembled a staffing solution that will provide the following benefits: · Processes - Standardize temporary services procurement processes across all departments ensuring control, compliance and visibility to all phases of temporary personnel procurement. · Technology - Streamline steps in the process including sourcing, temporary services usage and payments, and fulfillment time. Tandem is proposing a comprehensive staffing solution to the City of Miami Beach - the collection of best-in-c1ass workflows and processes, and web-based technology to support the program. Our [=-,-] (ePrise) solution is Tandem's latest service offering - a melding of best practices developed over the past decade of managed staffing programs and the most comprehensive web-based technology, eSymphony, designed specifically for managing temporary services labor. Each of our offices is experienced in consulting, managing, and reporting all aspects of the program - program management, recruiting and screening, drug screening, background checks, technical testing, legal/contract management, HR, system implementation and support, vendor management, training, dispute resolution, bill rate management, reporting and reviews, time collection, and consolidated (i.e. a single invoice containing Tandem and the program suppliers) invoicing - all unique aspects and comprehensive capabilities only available through a company with 31 years of experience helping organizations like The City of Maimi Beach. We provide the management expertise and highly qualified (and industry- specific) staff to ensure your projects and operations are supported by quality temporary personnel. Since our founding in 1974, Tandem has partnered with some of largest organizations in the country, some of which include Bluelinx, Walgreens, Wrigleys, Siemens Westinghouse, Crate & Barrel, and many others. In addition to providing best-in-c1ass services, we have achieved $0.5 - $3M in total program cost savings for various managed staffing customers. Our proposal in this package demonstrates our dedication and commitment to provide a premiere showcase program for The City of Miami Beach. If you have any questions or need any clarifications about the enclosed proposal package, please contact feel free to contact me at (407) 649-9441. Thank you again for the opportunity to participate in this important City of Miami Beach staffing review. Sincerely, Gary Glaser Regional Vice President, Southern Region Tandem Staffing Solutions, Inc WHY TANDEM? AND KEY FEATURES OF EPRISE PROGRAM OFFERED TO THE CITY OF MIAMI BEACH The following are the key benefits that The City of Miami Beach will receive by selecting Tandem to build and manage your temporary personnel services through our L;'; ,"/'J (ePrise) program: 1. Enterprise-wide solution - we will provide an implementation of our comprehensive ePrise solution including the following components: a. Implementation of the eSymphony technology. b. Program management to insure timely fulfillment and compliance 2. Consultative approach - as a trusted partner and advisor, we will apply best practices and offer subject matter expertise to you. With over a decade of ePrise planning and program management experience, we are able to advise you on proven methods that will enhance your core business processes while concurrently generate and maximize cost savings. a. Cost management - with our broad knowledge of current market conditions and labor rates, Tandem will ensure that you are establishing rates that will attract quality talent and deliver optimum cost savings. We will work with you to establish a program rate card utilizing knowledge derived from our national practice, your historical data, and job-class specific wage and salary data. Tandem ePrise ensures that you are paying competitive market rates for your workforce. b. Talent acquisition - with best-in-c1ass recruiting capabilities, we will work towards ensuring all temporary workforce requests are met quickly, with high quality, and at the right price. To that end, we will establish service levels to ensure program compliance and your highest degree of satisfaction. c. Supply chain management - with years of vendor management experience, we will ensure supplier community is transition seamlessly and may in some areas still be utilized. Simply stated, we will work with you to ensure that your supplier(s) (particularly dispatch skill sets / key projects) are active participants in the program! 3. Financial stability - for 31 years, Tandem has consistently been a leader in the staffing industry during all market conditions. Our ability to support you in a long- term partnership is demonstrated by the following: a. In business since 1974. b. Owned by Cerberus. c. eSymphony is a "core" product of Tandem Staffing Solutions,Inc with minimal risk to you. d. Proven ability to seamlessly handle high volume, light industrial requirements. 4. Program management - we offer a standardized solution across your entire enterprise - one solution, one process for all locations and skill sets - through the following: a. Standardized business model - the Tandem network of offices employ a standardized and documented business model - so, the same high quality, high-touch service will be received at all your sites. We audit all offices annually to ensure compliance. b. Dedicated Service Delivery Organization - unique to the industry, Tandem has a dedicated service delivery organization with a national Vice President supported by regional executives. c. Our employees will understand your business - we will select (you will approve) individuals who are skill set experts, not administrators as sourced by other companies e. Executive accountability - You will be aligned with the Regional Vice President. 5. Superior technologv - through one URL, we will create and host an ePrise portal for all users to access, enter and approve requisitions, review candidates, and create reports. This portal as well as your Lotus Notes email server (for approvals) provides for: a. Access to usage reports - know "Who," "What," "Where, " and "How Many" instantly. b. Single point of entry for all users - this streamlines entry for all users, saving time and effort. c. Minimal training - our eSymphony solution is intuitive and easy to navigate. d. No IT support - the system is completely implemented and supported by Tandem, allowing your IT department to focus on your own initiatives. e. Configured workflow - our system allows for customized business rules; validation of transactions against your financial system; import of security levels from your HRIS system; and, can be quickly implemented for all sites to begin using . BUSINESS PROFILE Tandem Staffing Solutions, Inc. is private and wholly owned by Cerberus Capital Management, based in New York City. Cerberus currently has $12 billion under its management. Tandem has over 30 years experience in the supplemental staffing industry. We have over 100 years combined leadership of management staffmg, programming implementation, systems integration and VMS application development. CEO Charles Abadie and Senior Vice President Sam Rossa have direct program implementation and execution experience in excess of $2.3 billion, including some of the largest corporations in the world. In addition to our leaderships' experience sited above, our advanced technology, enterprise account management, scalable business model, and world-class implementation program separates us from competition. HIRING AND SCREENING PROCESS Tandem Staffing Solutions employs a unique hiring and screening process called our 3 Phase Hiring Process. Applicants go through three different phases of evaluations that can take as many as 3 visits to our office. During phase 1, an applicant completes a preliminary application including skills, experience and work history. In addition there is a brief verbal evaluation to determine if the applicant has the necessary skills to work with Tandem Staffmg. At this point, Tandem has the first opportunity to decide if the applicant moves forward or is simply added into the database to be contacted later if needed. When the decision is made to move the applicant forward, he or she enters Phase 2. During Phase 2, the applicant undergoes a structured interview, reference check and more in depth evaluation. If a hiring decision is reached the applicant also completes the Tandem policies and procedures acknowledgment and government forms (W-4, 1-9). The applicant also completes the Tandem orientation and safety training. The applicant must successfully complete the safety training quiz to officially become an employee. Once the applicant has been hired to Tandem, he or she enters the third and fmal stage of the hiring process. During this phase, the employee is evaluated for our clients. This screening includes many client specific requirements such as Drug Screen, Criminal Records Search, Clerical Aptitude Testing, and any other requirements associated with the position the employee is applying for. If at anytime during these 3 phases the Tandem Service Coordinator senses hesitation, lack of skill-set match or any attitude or attendance issues that could affect the employee's performance the process will be terminated and the employee will not be considered for that position. This lengthy process guarantees that our employees will meet your expectations. Tandem is so certain that this process will locate the right person for the job, we offer our clients an 8-hour guarantee. If at anytime during the first day, an employee does not meet your expectations, simply contact us and we will replace the employee and The City of Miami Beach will not be charged for that employee. P. SOH Tandem's nse , designed to manage enterprise requirements coupled with , our technology platform, will be utilized to manage CITY OF MIAMI BEACH's program. We will utilize a project-oriented implementation plan to configure CITY OF MIAMI BEACH's program needs. We will work with you to establish business rules that will be incorporated into our program management and technology platforms. Key attributes are: ~~ yrnphony Business rules are maintained at the business unit level. ./ each business unit can point (map) to different forms (requisitions, time card, expense reports, approval rules) and ./ each set of these forms can then be routed based on business unit specifics. Service requisition routingflexibility: ./ a service requisition can be routed per information derived from business unit job catalog or ./ rules can be established at the time of service requisition creation within the form itself. Individuals receive the information they need in a user-friendly environment:: ./ User friendly web site operating within SAP or non-SAP environment ./ CITY OF MIAMI BEACH notification of events - allows interaction with requirements without always entering system o e-mail notifies individual of requisition or time card approvals requiring attention. The following is a sample requisition process. Requisition Process 'g ~ .!!! '5 ","a.. ~"'IIR_'on ;~,L.,-----J U I /~'" ~~/O/'. No Vo. E ~ c: ~ ~ '~I~~I ~ ., .!! c. Q. ::l en r-:::l ~L:::J Subcontractor Process to Fulfillment. 1. Use both current and new suppliers to determine optimum vendor group that will be able to provide best service required by CITY OF MIAMI BEACH. 2. Set guidelines based on CITY OF MIAMI BEACH requirements 3. Negotiate charge rates considering our bill rate to CITY OF MIAMI BEACH 4. Send the following information to Legal to create a Affiliate Vendor Agreement: · Vendor Name · Type of business (corporation, etc.) · Address · Vendor charge rate or vendor pay rate plus mark-up · Tandem's client name and client/jobsite number(s) · Job Description (Skill Code) · Client specific requirements (background, drug, SS# verification, etc.) 5. Legal will complete agreement and forward to either vendor contact (if supplied) or Tandem field contact. Tandem field contact will be copied 6. Tandem field contact to follow up with vendor to get signed agreement back 7. Tandem field contact to request Certificate of Insurance to be sent to Support to place in vendor file .-'~--~' __~_c_____" -. _ '~__""'''"_.'w__~'_''__"____..,.... "__~~'__'"__.'~'___''' ,_..""".. ~~._~" ,.~".~., ~_w _ _ ._~_....__. "_,_ 8. Legal to notifY AlP, Billing and Tandem field contact when agreement has been completed and received. 9. Tandem field contact to set up the vendor with AlP (including W9) 10. AlP to assign a vendor code in OS3 II. Tandem branch to set up the job rate for the vendor (pay rate to equal the vendor charge rate) and bill rate to equal our bill rate to our client 12. Tandem branch to set up vendor's employees in OS3 (Employee Maintenance)*: . Enter Tandem branch as the address . Change "N" to "Y" under "Subcontractor" . Choose a Contract Vendor code · For W4 entry use Single / 0 dependents . Use entry date as 1-9 date . Use US for 1-9 type 13. When assigning a subcontractor to a work order, choose the job rate associated with the vendor 14. Process the ticket and payroll as normal. A voucher will be created in lieu ofa paycheck. You will not see this until the VER report. Reconcile your payrolllbilling as though it were a paycheck. Tandem's approach is to leverage the City of Miami Beach's experienced supplier network. We believe that this methodology is best suited to ensure user buy-in and provide for optimized fulfillment for all skill sets in each location. Please note that this process will be transparent to the CITY OF MIAMI BEACH by using a managed program approach. Tandem will provide an onsite manager who will be responsible for coordinating service delivery and continuous improvement to the CITY of MIAMI BEACH We have found that the critical metrics that our clients most value are (we can customize others if you wish): Headcount AIR Status Temp to Perm Turn Over Cost Savings Overtime Fill Rate Injuries Our program rollout strategy, etc. is answered in Attachments 1 and 2. We strongly believe that our Siemens specific experience mitigates implementation and program change risk. Tandem's technology, unique to the industry, has been designed to operate in 3 client-centric environments: 1. Within SAP's current architecture 2. Within SAP's future architecture and 3. As a stand-alone Vendor Management System our 3rd generation tool, eSymphony, differentiates by: a. Providing CITY OF MIAMI BEACH with the ability to transact with our system through e-mail approval (user does not have to work within our system to perform tasks) b. Eliminating double entry and reconciliation problems by full integration with Tandem's back office Key Functionality includes (modules in graphic below): Service ReQuest Compliance & MQmt. ~ - ~ Invoicing · Integrated web services technology platform for the requisitioning of contingent staff · Fully integrated auction capability for open sourcing of contingent staff · Integrated web services technology platform for time and expense processing · OCR services for remote capture of time and expense processing · InfoPath support for distributed application processing · Full reporting module with export options to Excel, PDF, text files · Full support for email and SMS wireless transaction integration · Full support for SAP EBP integration · Full support for payroll services Our web services approach benefits CITY OF MIAMI BEACH by delivering: ./ An efficient model for today 's SAP/ Microsoft environment. ""~'-..--.....-....._..,~~_.._-_., ~,-<__;",,,_,,,_,,,,,_,,,__~,,-_,,,,,_~,,,,w,_'I"",~--,,_~_,,,,~,_~,,'-~'~-~..'~""_.- .~.'_.~ .~'",._.. _'~"."",~_~, ._._. ,.,..".. ___.-,...,,'~_ ".... _~~.,._., .,~....~_......_........._~~^'_"'b_.. ~ ~..,_,._,.. _.......~,~_~__,._. _'_'" '_"~_;~""_"'r_' o Web services lZive composite application aggrelZation. which is the foundation of our system. The ability to use remote functionality without self-maintenance of codes delivers a very economical, efficient and sustainable model. Therefore, a seamless business process experience is delivered to the end-user as a stand- alone in macro terms and our technology allows for easier adaption by your host environment. We can email forms for approval, integrate directly into an SAP EPB future environment or manage through our Vendor Management System. o Our approach is Microsoft Infopath aligned. InfoPath solves a basic problem of information collection, along with routing and integration that is generally handled with internal or external applications. Hence, instead of rollout and customization of traditional web application costs, there are compelling reasons to use InoPath. XML enabled applications such as Word, Excel, Outlook as the base application layer of data collection and validation should also be included. These InfoPath forms also have the benefit of storing the data in XML, which is the base format/language for web services. This provides a natural standard integration layer through protocols such as SOAP, UDDT and WSDL. TnfoPath also includes excellent support for digital signatures and authorizations that are needed in a requisition or time collection approval environment. o We maintain a Web Services transaction gateway which makes supoly chain interaction more efficient. This provides downstream integration opportWlities to the supplier commWlity. We also provide connectors that allow suppliers to receive orders from buyers directly into their front office systems without the need of logging into a web application. We strongly that an integrated supply chain is simply more efficient and that over time the positive end-result will be better consumer pricing ./ An efficient model for tomorrow's SAP environment. o We have designed our platform to operate in an environment where Web applications are de- through the use of an inteerated web services system. The ERP vendors will certainly continue to push outward in an attempt at reaching users outside the traditional corporate campus o We have desifPled our platform to operate in an environment where the continued extensibility of Microsoft Office applications on the c01J>orate desktop will continue to be emphasized. -t ::T ID n -. filii < (J) 0 ro -It -0 ~ nr -. 3 I>> 0- 3 ro '"""t -. 0"\ a:J .... N ID 0 I>> 0 n U1 ::T ~ .. ~ o ~ (h o - c '" o ::I (I) <9 >! z C m "~ .... z ~ ~ .... 3 AI ~ -a ,... n :r ,... -. :r 0 a - 0 tD ~ ~ -. a. 3 0 (It AI C - -I tD - 0 n ~ :I> ~ AI ,... ~ -. ,... n < 0 AI n a. ~ ,... 0 AO tD -. 0 c (I) 3 ~ ~ tD -a ,... ., ., ~ < 0 -. AI n n ~ tD tD (It AI C (It ~ tD tD - 3 -. < tD tD ~ ~ ,... ~ ~ :=: o 9 en o C ct o ::s en ~ m ~ w CD ~ :.:- -. ... 3 -. CL -. - ~ fn n n 3 - :I CL ... I>> ~ ~ CL -. C I>> I>> :r ,.,. r: ~ 0 -. -. I>> ~ 3 I>> c :I d (I) 0 = ... AI :I - ca ... :I AI ~ ~ -. "a AI ... ::a tD II) d) -. - :r J* :I 0 -. - .,:"I ~ .... - ~ ~ I>> (It :I=- .... (It (It 0 < < AI GJ tD I>> cr ~ 0 ""0 ." 3 "'"I .... DI (ti -. Q. .., .., z .... .... (f) (t) (t) 0 -. ~ n n OJ -t\ ~ )> 6j' .., tD d: . 0 S- S- (f) d) n .... 0 n to < .., .., .., :::s (t) 3 0 o. rr ""0 0 OJ :2. .., -t\ 0 0 cr s:: :::s (t) (t) -t\ -t\ n :::s OJ en :::c (f) (f) (f) (t) d) r-t' ." a: s:: OJ (t) 0 Ul ~ < CD (t) 3 (t) :2. s:: 0 .. OJ (=i. en :::s OJ en r-t' (t) :::s (t) a: .c:t. :::s .... n o. <. OJ (t) J] (t) :::s to ." :::s n 6j' en (t) (t) CD r-t' m 0 0 -:2 I 0 :::!. ~ .., en en en c.. (t) c.: OJ 0 (5. n c: OJ (t) (t) .., 0 :::s en n -:2 .., r-t' (t) "0 ~ en .... 0 :I! .., 0 OJ "0 0 CD (t) .., @ c.: )> OJ r-t' n o. n 0 :::s s:: en :::s fit ~ .. x- C' g f c s:r. o ::s fn <I ~ a: g ~ i o ::lI U\I /41 -0- - -m- - - - __ 0-0 ~~3~OO~I O~""'O nr ' a (1) ~ OJ \0 W (1) ~ ~ :J. (f)~ c~9:Jro~ ,-< ~. tt (f) n' mOJo :J 1..1.. V V ~ a ~ g@::c:s:vq--'(1)lOn(f)..c U1 ~ (f)' (1) ~ OJ 0 OJ n -. :J (f) S' ~ ;::;: OJC 0 f-L -t'"' a. '< _ (f) (/) ::J 0 (1) lO lO -. (1) ......., ...I Vl -g. C ::J (f) 0 0 0 -;:+ -0 OJ -6' -. I S20 (1) or or ~ ~ < ~. OJ :J 0 (1) 0 -. .. :J (1) ~~=n~(1)(1)-:J(f)n'a::Jn~~ -I (1) ~ 2" ~ ., , '< OJ -. OJ ~ 0 OJ (1) "" ;.+<::: <:JC: =(/),'-In a.... ~,-. (1) ~ (1)........ 0 -. 0 (/) 0- "" 0 ..~::J 0 0.0 w:J:J ~m. (1)....., ~ l J co ::J .. 0 OJ' (f) l J ~ u, ""1'""'1 :J 65...... 0 lO ~ 00 (/) 2 0 a. or-t' r n (1) rt :z ~ 3 (f) OJ' C nO - OJ OJ,"'C (f) 3 0 co (1)-' 0 rt(1) c: OJ OJ n c: q- CD ::J iii' --t\ 0 '<::J OJ 0 -. ~ r-t' r-t' :J ex> (f):J -. -g. :J ~ (J) OJ~ rr rt ... OJ OJ rn rt .... CDn(/) 0- 0 =(1) OJ n~;.+'" n 0 '<~ - o' -0 0 OJ 0 :::::r -0 ~ CD OJ iii' c: -I .... OJ n' (/) ~ q 0 (1) _~ ;+ OJ OJ -. :J 3 :J co c:r (f) 0 (1) -. C 0 '"'C :J. , ::J tt 0 a. (f) coo OJ, OJ "'::J ::: OJ ... '< ~ ~. o --t'\ ([) (f) (f) -. o :J OJ ~ tD Ul :r: n "1J r 3: n -< '"0 0 - ., 0 OJ 0 .... ([) 0 lO C'D V') ., or -. ::J ::J ::I n '"0 -. V') C V') 0- -. -, n (/) ct. r-t" OJ r-t" OJ at ., c OJ V') n c - -. V') n (It m -. 0 n ~ r-t" < ::J C ct. ,... C'D OJ ::!. 0 .... -. ::J ::J ::J tD r-t" V') lO (It ~ ... Jt' 0' Q (JJ 0 c - S' :s en ~ r-t' o n o :J CJ) r-t' ...... Re r-t' -. o :J (f) r-t' OJ ~ -. :J 1.O ." o n c (J') tit ~ ;. S' fJ w co - o' ::s (It ~ ~ (J) f,t ';j c. c.. Q ~ a? en ::::I (1) C'D c::: OJ 0 -. -. CL !!!. 3 :::l m 7' ..... -< ~ - 3 < lO ..... -. -' 0 0 ::I III _0 _ ::J 0 III =lO ~ - 3 ~ '" '" .... '" ~.....'" ;:;: c . ... ..... ' ... ........... ..... (1) .....- " 3 c. ..... m 0 (1) 3 3~' - I -" III III ..... '"tJ 0 0- C. "0 R- ~ Q 0"" ., 2: o.....:J n ..... - lO · ... ;:I! ~ OJ C'D e!.. 0 0 b .Q 3m CD 3 0 :;E ~ 3 "0 3 OJ :J III :::l OJ .,. < o ~ l!!. (ii' ..... "0 III 10 1ll"!2. ~:J .. -. ..... n III C'D ..9, -"0 I III 0 a. c.. I>> CL A III :;.. III ~ (1) -I 0 rti OJ >< tD III < n (1) n ,.. :J III = (J) -. en III _ m ..... c. -. '" -< r-t" 3 o ct ::J.Y1 :::!l 3' ro.....CJ') OJ ... .... .... r-t" III n Ill:::l -to .. ..... III C'D "0 "0..... ~ ~ (1) :::!'i N' iii" o c ., m ~ \J 0 QJn c.CD lO::J tD >< o .Vl -0 0 .0 0" ..... - . -. - "0 OJ -l, e!.. (1) 0..;;;" .:::, g: III " r:i ~ S' l>G "0 ~ nm ~:J ., - "0 (1) a -.. r-t" "<; S' 0 tD m c. ~ (D' 0 <: 0..10 CL ~ III S' ~ A. ~ Cf C III C c; 0.. q :::!'i.!" .......... ~ 3 n 0 ~ (1) :J III q>""!2. !:!: .., ......... m 10 3 c. (J).Q < ~ ~ .~ ffi- fiT m ;::;: d' ..... -to III "'< .., c. m ~ -n..... .n :J 3 -. tD CD n _.::J 3 -< :::l1O OJ 0.. (1) .It. :::l III C. v, c. 3 "0 2. III (1) C :J ..... - 0.. o' :;;:;, C. 0 o ::::I ...." (II t"""'t' -. 3 CD \"'< ~.} ~ =. - ~ to ~= ...... . S': \\... !!!; ~= ;:z ~z · ~1~ ~f""~ .... >Ii ~ '""' a: g en o C - S' ::s (It <>> o ,- m -I AJ - m c: -I - .'0' · , . z ~n ~m ;;z ~-I ~m ~>< ~ )":.......'......1............ '..,-. ... .~ .' ..... 'tlo "oJIE- "~ ':::' .; ~. ..-i -... :::. ?1 o i ~ 1>> ... i ..;; ~ ~ I m -< -< ... ~ a r; . i,. ..,. :e a S" - r.- .~ >- , -a ---I 0 DI ~ :::I tD Q. ... tD tD 3 Q. cr ~ fit ... -< ~ ~ ~ '^, -a -a fIi ~ ... 0 DI 1 n :T 8 ,... 0 ~ .. -0. ., o to ., OJ 3 ~ ---1 CD n ::J ::J o - o ~. o < CD ., < -. CD ~ ~ * 0' fJ en o C - 0' :::s en ltt . ~ ... B g &' c g: :s en ~ . . . . . . . . . . . ~U103:g000fi?OO pfllO::Iro:J:J:J:JOJ:J:J tD :!. tD OJ Ul ro ro ro _ ro ro u:t :::!l n ~ Vi' g: nO 3 ro '0 ~ -r n 0 -, t""'t' - ftl X 0 - DI OJ OJ ro = :J Jo.\I ro -. '0 pfI :J = C" :J lO:J OUl ~ n ~ '0 tD t""'t' .. - t""'t' ro c = (ft ::T C;;' ro Ul n 0.= -, C!: 0 ro OJ pfI Ul ro "< OJ < -h -, ~-,tDro""]n~lOron:J ;:;: 9- ::I =2 s. ro ro -, 0 g ro ::r OJ pfI n' @ a. m.:E t""'t' :E :J -a ro ... C" 3 :J OJ 0 m -r -. ro n :;ao.or3 =ro-,t""'t'* -aUlnroOJ :JUl o~<-, t""'t'::T DI ;:p 1ft ro 7\ -. ::IA(ft ~ '0 Q. 0 ;g C" ~Ul -,= 'f t""'t' ro- -aUl ro-, -rOJ 3~ o S. ro ro n:J :JUl C lO t""'t' -r Ul tD 3 tD ::I pfI (ft -< (ft pfI tD 3 (ft ~ ..., ~ go Q W c - S' :s en Con c: "0 "0 o ::a. -u .. o n CD en en CD en ~ Q -. :J en - Q "< ." "'"II o n (I) en en (I) en ~ ;. 0' fJ w c - 6' :s en 0'\ . ~ . -I n OJ o :J 30.. "O(t) (t) 3 rt' ;::t:"'T1 -. OJ < n (t)::.: (t);::t: :J OJ <rt' _. (t) .-, (J) o (t) :J OJ 3 n (t)=r :Jrt' rt' .-, . OJ :J (J) OJ n C!: o :J e (J) -- :J to ---< o e ., to e -- 0.. (t) - -- :J (t) (J) :J OJ :J o '0 (t) :J o me <., mOJ ~:g ., :J 0 (t) OJ (t) n 0.. =r m -- <(J) mg ~o- e rt' -- 3. a: (t) OJ · :J OJ ~ - -. OJ rt' (I) < (I) :J 0.. o .-, :J (I) ~ o .-, ^' rt' =r OJ rt' :E o e - 0.. 3 (t) (I) rt' w . C!:<~ 3 ~ .-, (t) 0.. (t) crQ8 '-':EtO (I) 0 ~- < e N (I) _ (I) ~ 0.. g: o..O-OJ (t)(I)rt' "0 (t) -- OJ~:J ;:+.-,rt' 3(1)& (I) 3 OJ :J(I)"< ~ "< en'" no.. =r(l) Q!.3 - OJ (I) :J :Jo.. to __ (I) :J 0.. to --en :Jo 3 e (I) ri (I) -. rt':J 5. to to (I) (I) ~ < -. (I) .-, ~g :J 3 (I) (I) (t) :J o..rt' (l)rt' <=r (I)~ ~o ::J (t) N . -I =r .-, (t) (t) VVV"O -I)>"'tJ., (t) """'h'-' - . n ~o 3 5 ~lQ ~ o rt' OJ "'<;; -(t)3 o < n to (I) 3: 0 ---<:JOJ3 (I) o..:J "0 :JOOJO OJ.-,tO:J g: 4' (1)3 ~ (1)0 rt' 3 n (I) (J) (I)(I):Jrt' :J(J)rt'o rt' (J) OJ n =r -- (t) < (t) ---< o e .-, 0.. -- < (t) .-, (J) (t) ., (t) ..0 e ., CD 3 (t) :J rt' (J) .... . (1)3-1 ~cOJ (t) i=F :J ., -- 0.. "O"O(t) ~- m 3 (I) g. :E n "0 -- OOJ= ~;:+o- -- 3 c (J) -. c;rCDa: :J~OJ n (J) 'ft "<.... VI OJ 0.. "0 :J <- ~ c.. (t) -- .,:::n n (J) n o (t) (J) 3 (J) 0 "O^'c === ::.: ,..-r- OJ --- :J (J) 0 n (I) :J (l)rt'rt' . ., =r (t) OJ ..0 rt' e n ,-OJ (I) :J 3 (J) (t) e :J"O vr-g g;:+ (J) CD -- :J :J (J)tO e- ., (I) CD 0 .-, ....... . · · · a:I · · tD ::I tD ~;t:~~~~ ~.~@~~!'! ~~~9Lcu ~ ~ C) ....-... ~ ~ :s · n · · 0 """'2 · · · · ~.. t-- ;::x: · · 51 iii' m~. 5'~ QJlli ::t:..Yl~S'Qmg ~ ):J Ii? \Il 15 a i3i: fii' ~ ~ ~.~ ~~~ ~ ~~~~ Yl~~Q~~~~Rg ~ ~~:;i~~~~fI ~ lli(j~~..,~ UI ..... r::::!b a fI ~:s :::;:. . . ::::)0-,..,. ~ I"- ~ ~ :::t- ~ ~ ~ ~. . ~n o ::J 00.. :J C In rt' 0- -. o :J OJ to '-'rt' 9:=r :J (I) to:J: OJ -. .-, :J -. 0..::J to o ~ c- O OJ .-, 0.. -. :J to . . . 3:~(f)~~~n~~-I OJ rt' 0 OJ C:O~U1"""'U13-1"'tJ~ to:J ro ~ "0 "< ---< "'2. (t) (I) (I) "Oa.&IOJ(t)(I)(I)3'rt' OJ ~ d::J OJ OJ ct."O 3 ~ rt'.......ro"ooOJ ;!;3:J-n(l)::J,:J:;tl ,,,,,....0..'3 OJro(t) -. "" (I) , -. O':J n :J ::J , C 3 "0 --t\ "'<;; ,.... , to rt' <:;; to -. - )> C o (J) roO (J) ~ ~ "0 ;:;: (I)"O:En-3"'2. 3 n (t) , 0- -. (t) (ii' O. (I) OJ (I) n ::J -. :::n ro n :J ~ ,.... o n :J ^' rt' -. ::J to =r 0 , -. :J o (J) crt' :J 0 o..~ n =r (t) n ^' ~ ..., B g g> c ,.. 6' :s en . ~ ..., a: fJ en o C g: :s en . . . . . n n "'tJ ....... 0 - (t) ::J -. '--' . :J (I) .., c (J) (J) ::J 0 ~ c ,.... :J - (f) OJ rt' OJ OJ "0 ::J C!: (I) "'tJ 0.. 0 n .., ....... :J -. 0 :::n - rt' - n (t) ::J 0 n (I) C!: (J) ., < en -. (I) (t) "'tJ :J m ., ,.... (I) OJ ..0 < ,.... -. c (I) 0 -. ::J "0 ::J 3 ct. OJ 0 ::J (t) ::J 0.. :J "'tJ rt' -I ., 0 ., to OJ -. ., ::J OJ -. 3 ::J to 1'\ ~ -i OJ :J 0- CD 3 , l/il~7~~;1fYb,~f,~::t~~':~~'{f;;71'~ en c '1::J '2. ;' ... .&1~~~~~~~*t:ff~~~~\~ en c '1::J '5!. ;' ... / c,Cn,,;,o .. 0 CD III -. o :::r 0 '< CiJ C CD 200 "C Co _. _ ... C"'- =s' cSCC ~3:~ g.=.o CD!:!:'" < o' O'CD;:' o ;:, cCo UI 0 CD .. Co :1:;,moo -'IIl:oc CiJ'<-'" .. CD III CiJii1!!t.3!:!: .cS'CD"C2 C -- _. 0 CiJ '< 3 3 CD CD ~ a lit g::t~~ ;;o~3C' O-l::! - -. 3 o 3 CD ~CD "om;, CD -. - III <CiJCD"C CDo~CD ;"'0" CD ~ c:r :l>03:Cn CoCCDlit :!r~tt~ OO-'Co o 3 0 III UI .. Co ro '1J ::::!. V> ro )> '0 '0 - -. n OJ C!: o :J ~~ = =- e. ~ = ..,. ~q = Q s.~ . . ~~o~ ~~o~~o ~ "0 "0 -. rt' rt' -I :z 0 -I --t\ -I -I -. " -I -. OJO:JOJS-OJ(t)gC(t)g 5.-Iw5.~5.g.N~g........ (I)(t) (l)3(1):J 3:J 39- 3m3Q. (l)Q. <::J <:::J,....o :JO < 0 <,.... 0 to ,.... to =:- ::.:n ---< ---< -0 -0'" 0 --t\ to 0 3 (I) m --t\ (t) c---< "0 3:J OJ:J 3i -. (I) "0 OJ OJ = OJ =- :J ., m -. C" "0 0- ~ ~ ~ or :J~ (t)3- 0 m3 = Q!. (I) 0.. < ~. "0 m 0 r-r' (I) (I) ct. (t) o 0.. ::J'::::':J:J O:J (J) ~o..rt':Jrt' -. OJ ,^ en ,.... VI 0 c5" n C .., c- ::J ~:g :z '< (J) ,....==:(t) -I C "Omc OJ ::J _.,rt' ::J 0.. 5i ::J OJ g. (t) m :: ~ g~:2 3 C enoo OJ .., (ii' ~ _ ::J .-, I ,.... c~ 0.. ~ n - )> _ ::r:::n II OJ = ~ O~ ., 3 =: to -. ., (I) (t) OJ 3 n ~ or OJ 0 ,.... en 0- :z ,.... ---< (I) -I ~ OJ 0 :J ., 0.. ^' (t) 3 OJ ~ .... ~ go g g> c - o' :s en If!Io + ~ ~ o - - . ! &'",z:;i>~~~~~~ ~ ;;. ~ t:: R .~ ~ ~ ,. ~ ~ i -.rtrt.a ..J!lc..::I..>!... ....'1:l!:... t.co""..,_ 'I ... it It tn' n ~ ~ It .., ~ O~CLF:;'+~"'~I1p:t~ ::Ie:"",, 1t_..~It;:!::I", . ... -"."..... ~ Ii It .~ f/!' a-~ P' B ..... ~!::!l ,-Ill 1ll'i1t::!1;" ~o .,.'<It..~ ....::sW ~. ~ '1 ..:: It :: It -. ~ liS iJ ""'I ",:;t .... l:! '"' lJfI 'Eo III tr1" a".a c.. ~ ol:! tr19 '1JllO'f/!1') '~c.. ,...,~. 0 g..~ III 0 ( ~ ~ n...., ~ ;' ~ .~ e \ S' 0' 'rt if- d. "" "t1 ~ l. .. III 0 0 0 0 0 ~. ~ o c.. i:l '1 l:l ~ t:r. c.. '" ,..., r.l!l i3 It .. O. It 11:' '" It.. 0 It 0 ... f'l' ......~ .....;::.,..'nliS ,;,' $i~ Pi'g" "rl t.... p) ~ ., :;;~~;r ~ :g '"',g ~ go .', II! . . . . . . ~ . ...~'r~~~ . . "rttrt!t p-c...p......?'!';l Co?~' o If!:! ~ '~Q ......:..~o,."...., .. 'tl 'tl i::: JIl E ~ ~. ; a ~ ,.........,..s,.....s!') ~ ~r=t tts ti.~.~ r. :1 '" UJI'" 1';1'2.' VI ~!'II P P ~p l:!' , I"'", ;;!t"'g~ r-(')~., :>" g 1;1,!:! .!! n ,..,Ill !! 1...." '" Q ." ." .. po'" '. b;,j l:! rr l:! trI Q. trI !) ... e: ~ 0 ~Hl f; S. s .... Q ~ :II - .._ I'! S '-! a.' Itl ~ ..i r.' ~ M p- ~o "..!I!O ~ ~ ,:I ~ Q.... "II/'~ Q. 1 :' p...." -: 0) l!l a.,) ,~ '" .. It :il .. ." fD '" or- fD 'tI f"l Sli<2':!.p. O:lp.:;t. '. ....,.., Q Co')1:! Q 0 ~ ,.., l:! ,)r~ Ul '~,~ Ul tI ~ Q' 2 '~J t:J !:l IT1!t ~ ~ ~ ~tT):1..M'1""I S ", "'. ",..".~..<1 ~ ~~"" r v;l ~ pJl Q go ,0."" ~ .. toiool,.. ~ -4 ~ i a~ I'D Q ~.. ~ " 'D " osr~~ ~~) ~~ On aJlj",g !'J~ " UJ Q f l!l'V - " M ,~, l:! .tq '" ." <'.) O. 0' ... tl' >'\ '" '" " a"'e- ...... ~ s::~." .<: ~ ~ ~ ~ Q ~ ;. go g g> C - 0' :s en " w . . . . . :,; ""' :B'1It...~Ill>~~It....~ 1t~.O[c..ooS~~ Ill..o 11)0 Iol a'1 "" ;:1i, n ij .... l:!" <: ::c 'tl ~. ::c ~i It . i c.. if i ~. =r ~. 0' . 1;' i 11' '" .. J:: '" 0 . '"" :0:;: '"' ~ ... n '-" .. a ~ Tl i .I ::c'"'o";.>!",=r ..~l:!... "':>!"'tAm",~ ~. ~ S It .j... '" ~ .... '1 l:! '"' ~ 't. ;:'~='"'~o"'~ m ';'. c..:: a l:! 0 ~ ~ l re ~ ~ v'"'. '1::s()l:!,",~O',~ nt:;, o III i Ii; c.. S' ,. tn ~ .... ;:1'" ... ;:.~~o .ac..'d} om O~~liS ~ :t (l. It tn ~ l:! c.. o' ... '1:ln "'0 :t'S,H o' ~.r-' ~ 0 0 It 5i ~ ,... ~ ~ ~ n;&:l.... .... ::tl, l'o "'ttSO l:! n =: 1:1' ~ 1:: 'tl ~ to t. f/!It ,......0 It ol;t. III S.1ol " f/! m .... If 0 >l '10' li',",~ Ill:::; DlIll ..., =: tll t: p.,<,! .. .~~~ . ;..n~fi:~ l<H"" I. ~ ~ ./ ~~. ~ ~... " ...00 ... o::d e- n I!~ . g fLt;; j, ;';19 a/'!'l !I:~ ~~ I'D M Itq p.!"l .... ,,., ~ ..... ~'tl ;:. ." g! ti' '-'" ~ .. .~: ~ l:" ti .: 1:<' S .. .rJ> ~ a :! ~ ,. ;.. ~ Q' '" Q B i:r ... 0 I'D en !..!) ~ .. .. ,..... rg,' ~n:;t! ~ 0 ;::.;: It l:! .... !"l ~ g. ?- ;., ,.., Pi ~.: ~ ~.... : I:S <! 11' ). '" 'rt~0"~ o III " ;. ~ 3. !i ,go ~ ""'I:t; e. ~ . c.. 11' ~ dti ~.. .~ !l-, J.~ r- .. P'rr. l'l !1 ,n ::So ~'t1 ~ .... n ~ c.. . 0:; ~i:~ ~~ !:l ::! ;:<.0 ~ ~- I!, ~ S ~ ~ ... ~ a~g; ~ Q It p. 0'T.l UJ~/'!'I ~ (II.... M ~ >- 1:, ~ E;';~ ~ 'I;l ~ ~.. p...~;;r. n p ~ l;"Sp.1!t .. "''1; Iii ~tJ~" ::t~; r:< .. It '. t7!1! ..:..,.... ~ !I! ; ~ ",p. = e trl~ ~.j ;'--.... \;~ ., . ,..... e' Ma :<'0 '2. it II) ~ 11' .. ~:.. 'tl'i:;l '1:l'O fP::: ai !"l ... t>l tool. rl o 6" ::I I:S :;t ~ .... c ~ 'I; t:r. n I>> a . . S' trl n tj ~ !:i; ~E!~")Q . ...~,,;IiiUd ~Bgg'",P: rtr .... t=, ;; !n ;:: ~JQb" a--,. l:! :s.. 0 p.~ p..... a .,.. ,.!~..", . ~ ~ i:':,' trI... .... '! ~ " ... 'II f!! r-.. ... Q F~ :p" ~S::M ;....g ,;,!"l : e-J! O'tq ~ ~ ;:.. ~:~ It;J Q':!l B....;::r. ~ ~ ;. CI 'Ir ~ o~ a ~." enQ.; h,CJ !.lI~- g J.o :s..s ... .... a 'ie- i, h'~ ~ ~r: 5. ... (,'1 i~ ,.~ a ''''' ~ "" ~ ::: .s. . ~ . t . Q \:I' ::: ~ ... 0")> co. ~.OJ ::JU rort en OJ en 0" uro I rt o 0 @-< en 0 en C ro I en ei- rl 1 I 1 , ., iI ii' ~I I IJ crnn I C 0 3en::J rt...,.. OJ 0 -. rt3(Q roC I I ...OJ enO" I ro ro ..crt C 0 -, rt l:;:r ~ro ~ ~ ~ f(,l T"[,~ !itia.~~.fl _ XlQ::." oS If it III <<<<(<:-<< ~, ~ r &I ~ ~ o l 01 . i. i i i 1 3"-CC c- ~::l~~ OJ ::l -. ., to S':J n S' to to OJ to.,OJ::l (l) :::s I.....J. !:!-C 0 c 30.,3 (l) ;:+ o.-c Ul m .... ., rt .... 0 it ~ ::J' (f) ,..,. -. ro 3 4,U OJ- n ro ro C en ro I [ To ~. :I 4 z ~ (p .; [J ~ t!l'''''" ;T:ii:f..~-;i f.W-m l\ "'.".' ~f t, it) en "'.r iHo..' y;~ W :s ~ ::: .s. o :;- ~ ~ : R. ~' ::: ~ ... ~~ a. I-! =hI-! QJ.~ o-CD CD~ 01 n CD (J) ill OJ(/) :J n 0.01 )>01 ..,0- n- -;:rCD ;::to CD CD n (J) M _. Cta ~ :J ,~ ;:00 m Vi. a. OJ '<~ CD .., =^' CD n o < CD .., '< ill 'il\) :;' -;:r CD'< ~ ~. 01 n -01 (/)01 CD :J nO. C ~. M '< II ill (f) :r: -. n -I ;:;:o~O::r (I)~o3(1) (l)t"'t"3c a.::TCUl (I) ::J (I) $20 (f) -. ..., "?(I)t"'t" ~n-< Wc- ::J .., 0 W(I)\O \0 - Ul (I)~ a. ~* ...,.................................................................... .. -. ..... ...... on...... ........ ..... .'. ....uu.... ......... ........... .... . ..... .......... ................. _ .........n. ........ ..... m :J n -< "0 M CD a. \)\) .., 01 o (J) M(J) CD ~ ~O CD .., 0.0. J!':i ------ -..----.---.--~_.._----- l? Ii . " ~ ~, ~ ~ _. ~ ~ ~ ~ ...... _. = = ~ ~ = c- ~ ~ = ~ ...... = = _. N ~ Q. M " ~ . ~ ! g. L. i l$ .". ~ 9- J! g ~ ::to.. := .... . ~ . ~ , l') ::t- ~. := ~ ... IE ~ ~ -- - ~-~-,~ r . '" [ ~ . ; ~ i- . . n . ~ 0 ;!- . . o J:. . . ! - l:. . i ~ tII . !!. !- . . if i ~ ~ . < OJ"'m "Om "O.cm .., c n <0 (ii' q -.0 OJ !:!: :J u;- g n' .., o c r-t' -. :J to ~ ,- " : -8 ~ ! ~ ~ . z g ! ,g .. s:-.~ f g. .: j ~ ~ ! _! :c :c ~ g .. .f II 0")> co. ~. OJ :J"O mr-t' cn OJ cnO" "Om .., r-t' 00 n m'< cnO cn c m .., cn '" 'if :I- o g .. ~ '" i I i m f- o . ! .II "'nn mco ~ ~:J (ii'0 ::!l -.3 to !:!:mc o .., .., :J ... 01 cnO" cr m .., 3 01 r-t' l M ~ ! ! o ~ ... ... ... ~ ... o ~~~f~ Qg~~~~ ~a!g..j. J ';;; '!" ~ g :; !~~ff~ __!1J!1 ill crcIn--f a (/). ,. (1)1 ~ :E ::J -:J' OJ (I) (/) 1.0 1.0 rt' (I) OJ (I) (1);:0 1 3';0- . ~ OJ cr-g (I) -:J "< -. cr OJ rt' ~. 1.0 ~!:!. (I) (I) 0 1 -:J -. (/) " -8 i ;: " f ! " ~ i ~ m 3 ;. 9 j t "0 i Q " ... . ... ... ~ liI :JVl r-t' -. m 3 ~"O 01- nm m c cn m .., r-t' o r-t' :r m ~ i n- . .. i I .. 1. .. .... ... m 8- 8- ::l ~ C a =: c- ,. 1 i < < . :: .s. o ::;- ~ t : Q. so :: ~ .. ~. : :!!!. ~ ~:";..;iS' i ~:....:~ . ; i: ~ z ;;;: -oC' "'C :)I , h.i~ ~ , J~ ~ , , i v l!liilr~- ". nn-f -. OJ -, (Ou3 :J.OJ (I) ~o-n ... ro- (1).........0 rT -. n nro" V ^ :J' 'rT o (I) g~ ~n (I) ~ (I) CT )> n n (I) (J) (J) >> i ;: ;' II t L-t!__,r Ii.! It :) f . i :; , i ... <C i ' I if! · l 111 ~ !i i i ri f f I 'I " .. i' ~ l- I 'ra. 1-" f. " " 'I ! l.r i I .1 0 l ~ a.. Iii. '~ ~".. f · p. $g:~J ! !! III ! :. i '" ! HI i l i ;.. = ~ J of it! II ! : ,e' ,'ii f i '!! :J '" ! " f If iI ... - ... II ~ ! .. :r: J .. ... ~ .:. .. .. ... ~ .. :0 t r. '" )>(J) u -. u:J ,(0 0- < (I) OJ 0 , OJ c " ;0 CD D.> I ~ 3 CD D.> "0 "0 a < D.> f "'". CD .. Si- ill ~ t~ ;~ :l. :I .i" ~ : B: ~" :I ~ .., f I I I L f ! fif~fi~Jfigi ~ ~. nNn""';I:5Q:D~5i;'- g 8~6-:;8a8aga8~ ... in 8'" ~, '" '" '" ~ i~t~l~i~i~i~ ~ a. ~ ~ a. ~ eif~~~~ "' '" il ;;! ii il >lJ ; ". . ill 90 a. 5.. a. 5.. a. a i~fr ~ ~ ~o "tl QI~ ~~g@,~ - ;:..a .t &9~ii cs. 'l!~..'.. iii ""jinf! :i- o~~~ ~ ,;e~ :3 a. ~~ en .c c: :;. en ~ ~ :t> --0 CD-o 3 a < Q) ;I 0 f [ 1- 0 ~ ~ ~ ~ ""'- Ii ~~ ~ l~ i.i ",iL ~ t~ ~ H H it !s- ~~ ~i[ s'g h' H "0 !!~ iif it,;-- g~' Q~ ;~. ~1 i~ -f zm o Q) en '< CD ::J - ~ ~ <: iL ~ o " t ~ :;t iii { ,., II if .. 9- ~ o ~ V. ~ Z o g ~ ~ 3: l! a. ~ 1$. "'- .'> .. i .. %- -"""'"'"--------~~_----..._---~--,-,_._~-_.,_...-..._~-~.,---,---.........~"""-------...;,;.-----~, ::J ::0 ill Ii! ill !II :g; ~ CD (f) r o~ ""O(J) C U"J;1J I m -1 m ..., Q) 3 I ~ "'C 0 CD- CD C (f) C CD x 3 3 !:!': ::: CD n "'C = "''''C Q.I 3..0 ~. "'C Q) 3 .~ Q, ~ Q.I :J O''''C lO C :J CD CD "0 !:!': ...... -. ;:+ lO .., CD 3 (ii' lO :J ;1J 0 0 CD t (1'0 3 Q.I 3 CD Q.I -. 3: (f) '< ::J Q) U"J CD CD . l') n:J :J Q.I .., ..,!:!: CD 0 . ... r-t" -'0 CD "0 CD s. ~.o ~ C. :J Q.I m :J r-t" ;1J 0 ::J 0 ::: !:!: 0 CD ~ r-t" .., n ~. CD ;:+ n ... CD Q.I ...r-t" n CD (f) n "'C (f) CD C en ~.:J 0 ~ !:!: (f) 0 :J a. en Q.I '< ~ n ;:+ (f) ..... CD (f) C ::J 0 C cr "0 (f) (f) (Q (f) '< 0 CD .., .., r-t" ~""""~'---"-~~"'--'__~~--"""""-"_""~__4_'___,,_,_~ e COi ::l ~ Ie ~ i i. f 3 < 3 iji III .... ~ Q 5' ~ :;0 8 E a. c: lJ: ,.,. >> << << << << ... ;r ;[ g t " il \~ ~ .1; f ~ iJ'J " "" c .. 3 ~ ~ 5. '" ::: < 3 0 !tI 1:: ~ ~ f ~ ~ ..1 _If. -; . ~ . :f :f 3 3 : . ". '" . c ~ ~ z 3 1 ~ , " " ~ < . 0. '" l!: ,.. 1 113 ""lciJ 10 I 6 I Task Name ! Resource Names ---T-=1-------1mpieiiilintitiOnlito8cIS(onOrie-'----..-----.- --,----- -'-- .-.- .--._-- --..-....--..,-- '-- - ._--_..--.--~. -2 ' Project Implementation --":1 -"10 Project Team defined '--r-.-I../' Project Scope Defined ~~~8 :::=::~:=e~~~to~nt) '---7j Setup Job Sftes in OS3 8 ! Govemment Requirements (pa)TOU lax, business license) -"'-9---'i Customer requested documents (W9, Cart of Insurance) --"10-"1 Communications ___-.___.1 11 i Communication Plan -'12-'1 Client Communications ____..._.1 13 j -14-:=j -_. ~~._._J 16 I ':'-:?~~J 18 I .-:~.] --21" , '22-.-1 --'23---j ..-....._.__J 24 1~0:- --2S'j '$. '-2s-l8 21'-1 [[!w .- '28"'''''I~ "-29'-'1 ~ --'3-0-1 :'-~~=:I I 33 I -.34-~1 '35'-/ I 36" -37-"1 ---381 "_.-3~"J0 40 113 -41'1~ ~-- ---, '"..-1 42 i .'4j"'I~ '44-- I i =~: -l 46 I . 47 1 4S' : - '49--'1 '''-sO'') 3 I ,~~]3 52 I ',.=~~.:J [!6 . 54 ' 55' -~"56 !~ 5"7"" "58'-1 "sir") > 60" -'J Attachment A -1 r Client intemal communications Tandem communication to the dient Implementation Team Implementation Team Tandem Tandem Tandem TanderTi City of Miami Beach,Tand I I I City of Miami Beach, Tand I i i I I I Tandem ! Cfty of Miami Beach, Tand J City of Miami Beach, Tand I City of Miami BeaCh,Tand I ! ! I ! i I City of Miami Beach Training Communications Service Employees Communications Secondary Supplier Communications Transition communication Transmonletters, incumbent and existing worI<force Tandem information meeting invite Application schedule Environment/Facility Onslta OfI\ce(s) Team Selection City of Miami Beach Tandem Tandem Tandem Staff On-Boarding Office Space Equipment/Furniture Connectivity (phone, networi<. fax) Supplies (Forms. Office Supplier) - Use Checklist Branch OfI\ce Onsite Team Selection Tandem City of Miami Beach Tandem Tandem Tandem Tandem TOP Staff On-Boarding OffICe Space Equipment /Furniture Connectivity (phone. networl<, fax) Supplies (Forms, OffICe Supplier) . Use Checklist Risk Mgmt and Safety Sat8ty Program Tandem IIPP/(ClientIlPP - Cal only) Safety Posters Safety Video SSM Evaluations Tandem Tandem Tandem Tandem Tandem Tandem Tandem Tandem Tandem Safety Equipment (PPE) W/CnnJury Proces. Online reporting setup Medical Providers Tandem Tandem Tandem Post Injury drug screen Setup W/C codes and rates in OS3 Procurement Sign-in Process for assignments Client Specific Orientation Attendance Program Hire Power Process Tandem Tandem Tandem Tandem Tandem Tandem Client Requirement Required Screens (Absolute, SSA) Customized new hire checklist Setup OS3 characteristics in cUent job site Create CUent Spec~ new hire/release forms Benefrt Programs (Pay card, Benerrts in a card) Order Fulfillment Tandem 'Tandem Tandem Tandem Tandem Page 1 10 10 _.__..__....L.__. 61 10 62...-' 63 64 65 -66--1 'Si-J '-eir ! '69 -1 "70.'-! , -Y1'''1 TiJ --73' '. -"l.r-I =.!~~~j 76 j 'n'l 78 J '79-'.': ! - jj(j -I i ---8f'~-'1 '--s2--1 ---83-1 . -84-j 85 . .. 8S---{ 8'f 1 -afr" .: 89' ! ."-90 ~.:~-.-: '93 , I ..._~~] 95 . 96 ....97 "'98.' 99 1001 101 i"(l2 f63 104. ! 105 '06- 107 108 '109 ! '~'''fio''~. J Iff -hi'-! m'l "-114"-' 115 Attachment A i Task Name _._~j'_M_'._' .--~--Create'-RecruiiiiQ Pian' ---~ >-."-~" - "'--~---'~"-'---'-'-~-'-'-~< Customize Order Process Define Dispatch Process Supplier MlImt Secondary /alliance vendor process Selection of Supplier Sub Contract completed (including W9) Secondary Orientation Meeting Time Management Time Capture Process Time clock site survey Time dock connectivity defined Time dock hardware installation Time clock software installation Time system interface Payroll and Billing Invoice type Credft LimiVlerms Payout Process Blling Process Reporting Define Standard Reports Requisition Reports Assignment Reports Transactional Reports Metric Reports Define Custom Reports Systems Esymphony Statement of Work (SOW) defined Esymphony SOW sign oft Esymphony developed and tested Esymphony User Acceptance Testing Esymphony data load T andom interfaces Client Interfaces Transition Workforce Transition pian Transition current workforce and form reviewlverification Training Program Operations Training Client specific (ie, fork lift certification) Tandem Processes and systems Esymphony Training Program Team Customer Service Employee Secondary Supplier Time System Training Go Live Post Go live First Payroll Complete First Invoice Complete Post Go Live Training/Review S'ession by implementation team Hand-off from Implementation to Service Delivery 30 day followup with Client Page 2 i Resource Names ..-------.. Tandem'--'-'-' Tandem Tandem ; '1 ! , i City of Miami Beach, T and i C~y of Miami Beach,Tand j Tandem : Tandem,City of Miami Be. 1 , ! Tandem,City of Miami Be. 1 Tandem I Tandem Tandem ! Tandem i i Tandem I i C~y of Miami Beach, T and i Tandem I Tandem C~y of Miami Beach, T and ! ! ! City of Miami BeaCh,Tand! City of Miami Beach, T and I C~y of Miami Beach,Tand I City of Miami Beach,Tandl City of Miami Beach, T and I Tandem,C~y of Miami Be.! Tancfem, City of Miami Be. i Tandem Tandem Tandem Tandem C~y of Miami Beach,Tand i i Tandem,Cityof Miami Be.! Tandem Tandem Tandem Tandem , C~y of Miami Beach,Tand i ! Tandem . Tandem Tandem i C~y of Miami Beach,Tand! Tandem Tandem Tancfem,Cityof Miami Be,l TandemeTandem,Cny of Miami Be. j FEE STRUCTURE Pay- BiII- Position Title Rate Rate Secretary 1 $11.00 $15.40 Secretary 2 $13.25 $18.55 Clerk Tvoist $12.33 $17.26 Clerk 1 $11.00 $15.40 Clerk 2 $12_33 $17.26 Clerk 3 $15.40 $21_56 Bookkeeper $13.25 $18.55 Customer Service- Comolaint operator $12.75 $17.85 Customer Service- Communications Ooerator $11.00 $15.40 Personnel Technician 1 $15.75 $22.05 Carpenter $16.81 $26.22 Electrician $18_36 $28_64 Plumber $18.36 $28_64 Service Worker $9.81 $15.30 AlC Mechanic $15_75. $24.57 Painter $9.81 $15.30 Buver $13.12 $18.37 References 1. Orange County Public Schools 6. City of Fort Meyers 6501 Magic Way PO Box 2217 Orlando, FL 32809 Ft. Meyers, FL 33902 ~ Susan Zielinski Colleen Glidden , ,". ,"', '.- 407-317-3718 239-332-6624 /'\ '.." 407-317-3200 fax 239-332-0593 fax ,->:..:, '-- No E-Mail ",/ '-It.. , ' ' 2. City of Orlando Florida 7. Collier County 1028 South Woods Ave. 3301 Tamiami Trail E. Orlando, FL 32805 Naples, FL 34112 Bobby Jones Scott Johnson 407-246-2314 239-774-8380 407-246-2808 fax 239-793-3795 .,----- 3. ASO Corporation 300 Sarasota Center Blvd. 8. Kimal Lumber Sarasota, FL 34240 6520 Industrial Ln. Eric Konzal Englewood, FL 34223 941-379-0300 Randy Carey 941-554-1434 941-809-1316 941-484-3688 No E-mail 4. Bealls International Inc. 1806 19th ST. CT East Bradenton, FL 34208 Sheri Ball 941-744-4542 941- 708-4311 5. BlueLinxs Inc. 4300 Wildwood Pky Atlanta, GA 30339 Lori Patten 770-221-2617 770-221-8015fax August 22, 2005 Tandem Staffmg Solutions, Inc, 3100 NW 27yh Ave Miami, FI 33142 To Whom It May Concern, It is with great pleasure that we write this letter of support for Tandem Staffmg. Carrfour Supportive Housing, a not for profit organization, has been addressing the housing and employment needs of Miami since 1994, Carrfour's Employment and Training Division has been working with Tandem for over three years with excellent results. Carrfour has over seven facilities in Miami-Dade County, with four more coming on-line, These facilities are located from Homestead to Carol City as well as Miami Beach. Working with HUD, SouthFlorida Workforce, and others, Carrfour has established itself as the premier residential program in the county. Employment is a key component in the success of Carr four and Tandem has helped that success occur. As partners, Tandem and Carrfour have recruited and placed many semi-skilled and skilled individuals in employment. In addition, Carrfour has industrial specific training programs in which the graduates use the services of Tandem. It has been a fruitful partnership and one that Carrfour will continue to nurture, Tandem has always been a highly professional, supportive, and effective partner for Carrfour. We strongly recommend Tandem to fill employment needs of any organization, Please feel free to call, 305-281-7184, if! may be of any further assistance. Sincerely, Jay F. Jackson, MS, MBA Director of Employment and Training Carrfour Supportive Housing FRCI"l :5018 Workforce N.M.B.One$top FAX NO. : 305-654-7188 Aug. 23 2005 02:29PM P2 VJ'J;~/ orce ..."-.-,,-.-.--..-......-....-,,..., -,' ~';;b~7:In;pioy"'iio;id'Q August 23, 2005 To Whom It May Concern. I am writing to you. this refere~e letter on behalf of Tandem Staffing Solutions. The North Miami :Reach One-Stop Career Ccmter has bad the plc;asure 10 work with Tandem Staffmg So lutioll5 for tho last two years in aasisting us with our hiring n~ and placing job orders in otir system. In just these two years~ Tandem Staffing bas developed. an exceptional business relationship witl1 the One-Stop Career Centers and worked as . liaison between our pllQQment services and the job seekers. Tandem Staffing has plaood over ],000 candidAtes throu&h our job referral system in such positions as clerical) labor and light industrial. Tandem Staffing's high level of commitment and dedication has made a significant contribution to our workforce and tho community. I highly recommend Tandem. Staffing and I appreciate all their continued efforts in consistently serving our customers~ our centers, and the commu.nity. Please do not hesitate to contact me if you would like to hear more of how Tandem Staffing Solutions haa attributed to our SUCoeS5. ~~~.z( L- - ~ Vice~~t ~- Beatriz 08.viria- Lopez, V ice President Ser JobllJ for Progress South Florida Workforce One Stop Center 633 N.B, 167"' Street Suite #200 North Miami Beach, Florida 33162 ::=- E~\1 \ \5'\T ~ - - ORDINANCE NO. 2001-3301 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, noRmA, CREATING DIVISION 6, TO BE ENTITLED "LIVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES", OF ARTICLE VI, ENTITLED "PROCUREMENT", OF CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTITLED "ADMINISTRATION", BY ESTABLISHING A LIVING WAGE REQUIREMENT FOR CITY SERVICE CONTRACI'S AND ESTABLISHING A LIVING WAGE FOR CITY EMPLOYEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECfIVE DATE. WHEREAS, the City of Miami Beach awards private finna contracts to provide services for the public. The City also providea financial assiltance to promote economic development and job growth. Such expenditures of public money allo servo the public purpose by creating jobs. expancUnl the City"s economic base. and promoting economic security for all citizens; and WHEREAS, such public expendituta should be spent only with deliberate purpose to promote the creation of full-time, pcnnanent jobs that allow citizens to support thcmaelvCl and their families with cliFit)'. Sub-poverty level wqea do not serve the public purpose. Such wages instead place an undue burden on taxpayers and the community to subsidize employers paying inadequate wlpS by proYidinl their emplo)'CCs with social services luch u health care, houaina. nutrition, and enCIJY assistance. The City has a rcsponsibiJity when spending public fundi to set a community standard that pennits full-time workers to live above the poverty line. Therefore, contractors and IU~lnICton of Cily service contrlCtl should pay their employees nolbinlleu than the living waF herein dclcribed; and WHEREAS, in addition to requiring liYin. wages for City services provided by private finns, the City wishel to serve u an example by providinlaliYin& wIge to all City employees. NOW, THEREFORE, BE IT DULY ORDAINED BY mE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: SECTION 1. That Division 6, to be entitled "Livinl Wale Requirements for City Contracts", of Anic:le VI, entitled "Procurement", of Chapter 2 of the Miami Beach City Code entitled "Adminiluation" II hfnby created to read u follow: .' 10f9 Chapter 2 ADMINISTRATION . .. . Article VI. Procurement . .. . Division 6. Uvin, Wa,.e Requirements for Servic~ Contra~ts and City Emplovees .. .. . SecUon 2-401.R..pt.... DeftnltloDl ea) "City" means the ,ovemment of Miami Beach or any authorized aRents. any board. apn~Y. commission. department. or othercnli~y thereof. or any successor thereto. lb) "Covcrwd EmDlowe" mpnl anyone crnpJoyecJ by the City or any Service Contractor. .. funher defined in thil Diyision. either full or ~ time. as an emDlovee with or without benefila or .1 an in...dent cQntraclor. (cl '"Covered Bnmlowr" meanl the City and any and 111 Service ContrBctora. whetber conltlClin, directly or indirectly with the City. and aubcODtr&CtOl'l of a S~ce Contractor. Cd) "Service ContrICtor" is any individual. businea entity. cOfl)Oration (whether for Droft. or not for profit). Dartnenblp. limited liability COIIlP~. joint venlUl'C. 01' limil.. business who j, conductin, busineu in Miami BelCh: or Miami Dade County. and meets one: n) of the two (2) fol1owi~1 crilCti,; (1) The Service Contnlctor il: (a) paid in whole <<Dart from one ormoreoftheCiCy'.-aeneralfund: c... plQject finda.. ~fI revenue funda. or any other funda either directly or il\dincdy. whether by com_live bjd procca. informal biela. raq...... (or 1JI'ODOUIa.101De form of solicitation. ne"oIiation. or almlemenL or any GIber deci.l00 to enter into a contnct: or (b) enppd in the busineu of. or part of. a contncl to pfttvide. a IUbconlnCl to DI'Ovide. or simil....v lituared to DI'Ovide. IOrvice.. either dined)' or indilecdy for the benefit of the Ctv. However. thi. does not a09ly to contr8ct. related primarily to the sale of producla or &22dL Ie) "Covemd Serviccs" are the I. of servicel pun:hued by the City that are sublect to the lIIquiremenu of mi. Divialon which include the followins: (1) City Service ConbW:U Contrllcta involvin, the Oty"s expenditure of over $100.000 per year and which include the followi.., ~ of lervicea: (I) food prQ&raIion ~Q( distribution: (2) 1eCIII'i~ IaVlcea: (3) mutine maintenBIICC services luch II custodial. cleanin,. co~ten. refWle removal. ro.pair. refinilhill2. and ftIC~lin.: 20f9 .. (4) clerical or other non-suoervisory office work. whether temoorau or pennanent: (S) transoortation and p-kin, services: l6l printin, and reproduction lel'Yicp: (7) I.."dsc~in,. Lawn. and or ..nc:ultural services: and (8) park and public place maintenance (2) Should anv service. thai 11ft!! beintr nerformed b~ Citv EmnlQvees II the lime Ibis ordinance it enacted he IOlicited in the futUl'l! bv the CiCv to be Derfonn~ by 0: Service Contractor llych tervices thall be Covered Services subiect to thia Qivisi~n~ SECTION Z~8. a...Pl'" LIVING WAGE ell LlY4nIWa.PaId. it) SeJ'Yb co.~.... AD Service Contrlcton. .. defined by this Division. colenn, into a Conlr8c~v:: ~; City of Miami Bach shill pay to all iu CDlPJo)'llel who provide services c thia Division. .livin, w. of no leu than S8.S6 an hour withh~tht;,~fi~~~;; livin, WAR of not leas than $9.81 an hour without health bentfhl. .. described in this SectiOll. iZ) Diy EmDlona Por City Bnmlowa under the City ~v ,11ll. the City will bopn to ~y ~: w;: consislent with die ,oal.lnd term. Qf thi. Division on ph--in b;;i; in ' the 200] -2002 City budpl Yeor'. ;n~..in, on III annual bMi. incJe~~; th~t the Uvinl W.,r- il fully inw1ementecl for City Dq)10~1 in th~ 2003~ Ci~ budpt vear u mey be a4jualed pursuant 10 lUbaectiou eel below. ~.r.; UviIlR Woe to be oaId by die City 10 ill elnnloWlM Mall not be ~iect 'P the ';'~~;j ind9in. U.n. the Conaumq- Price rft~. for aU Urt-n CanIlUIMnI (CPt.In ll!llluired under Ilubla!mq,r (~l b(!low and inaIP.ad &hall be lubiect to ne,srotiatiOlll wi~;;he coJJ~ve hanrainhllr .ln1ctu~. {b} HuJth Ben.nll. Por I Covered Brrmlover or the CiCy to com)))_)' ~r:v=~: Dl'Ovision by mODlin, to ~y the lower WIle lCIIe available when ; Co p provides heallb benefit,: ~h health benefit. shall consist of pavment .,;: :=i~:2S :: hour to",,_ the proVISion of heaJlJI en benefil' for cO;;;; D th dcDeDdentl. If the health _eft.. plan of the Covered BlnplQ.YflI' or ;t;; Ci;;;~rc; ;; initial period of elltplOYmalt for a new emoJoyee to be eJimble for health ~bl::~:: oeriodl such Covertd EmDlo~r or City ~ quality to ~y the S8.56 per h _ durin, the new mnaIo1lee's initial elipbility period providM die new enWi;;';; ~ii i; ;lei health benefits QpoD completion of the elilibility Period. Proof of the ":~:: ~~~lh benefit. mull be submitted to the awerdin.. authority to Qualify for for ernploveea wilh health beJWitt, tel Indedn.. The livina WIe will be automaticallY indexed eKh veal' _ft' &he Consumer Price Index for all Urban Consumers (CPI-tn unless the City Commi..iou ~h;;;t;;; it would nOI be tisc::.Uv sound to implement the CPI-U in II oartieulll' year. 30f9 . .., ~-i _",;icatlon Reaulred Beton PaYJDeDt. Any and all contrl(:lS for Covered Service~ ;.._, ..H be void, and no funds may be released. unless prior to enterinR any aueement with the aty for. Covered Senicea contract. the cmployer certifics to the aty that it wiU D~ cach of itl emplo)'eCI no les. thlft the Jivina w.c described in Scctiog 2-408 (a), A copy of this certificate must be madc available to the public upon requClt. T C~J1jfiCltc. at a minimum. musl include _th~_fpllowin~: !!lJhe nAme. A,cd-." . "--~"'I'!"!"n!'"~[!be.-em~" ..,. - ':"ontac. ,. .... .. '-.. io;i\: $occific Droiect lor \,. , _-'- ,,,. ~ Services contract is soupt: {2} the amount of the Covered Services contract and the City Department the contract will serve: (3) a brief dacriDtion of the proiect or service provided: (4) a statement of the ~~ levels for all enlDlovees: and (~) a commitment to pay all emg)oyccs a livin, waR. al defined by oaruraph Section 2-408 (a). te} OblerYatloD or Other La... Every Coveted BI1\Dlovee shall be paid not leiS thin biweeklv. and without lubaeauent deduction or rebate on any account (exce~ 81 such ~IJ deductions u are directed or permitted by law or by. collective baruinin. IlfI'CmenO. The Covered Employer shatl pav Covered Bn\ployees wae rates in accordance with federal and all other aDDUCible law. such IS overtime and limilar waJC law.. {fl ....... A COlY of the livin, wa. rate shall be kept poaled by the Covered EmDlovcr at the lite of the work in a prominent Dlace where: it can eullY be seen and mad ~y the Coveted EmJIOJeCI and shall be ....ied to the mnployee within a ramnable lime after . request to do 10. Poalin. requirements will not be rcauired where the Covered Emplovw oriDt. the followin2 statements on the front of the Coven:d Bmployee'. fint ~k and eYelY six montha tbereafter. "You IDe required by City of Miami Beach Jaw to be plid at Ieut S8.S6 doll... an hour. If)Ou 1ft not paid tlUl hourly rate. contact YOUr e~lo)'ltl'. an attorney. or the a&y of Miami Belch. It All notices will be printed in Bnflilh. Soanish. ad Creole. - (11 CGllldlve ......nl.._ Noming: in this Division shall be lad to ~m or authorize anv Covered Bmployer to reduce wapi act by a collective barpinin, a,reement or arc reouired under any DrevailinJ waRe law. 40f9 SECTION 2-409. Relerved IMPLEMENTA TION eal Procurement SDeclftcattons. The livin! waRe shall be t'CQuired in the DfOCUrcment specificationl for all Cty service contracts for Covered Services on which bids or DmgostlS shall be solicited on or after the effective date of this Division. The DI'OCUmmcnt loccificltionl for "O,plicable Covered Services contract. shall include a requirement that Service Contl1lCton and their subcontracton agree to produce III documcnll and records rclalin, to payroll Ind compliance with this Division uoon reauest from the City. All CoveRd Service contracts awarded subsequent to the date when thil Division becomes effective. shall be subjett to the reauirements of this Division. (b) Infonnatlon DI.trlbu~. All reauests for bids or RQueats for DrODOsalS for Covered Services contl1lclS of 5100.000 or more shall include aDDrOorilte infonnation about the requirements of this Division. ecl Maintenance of PayroU .KOrdl. P.At!h Covered Bmolover shall maintain oavrolJs fOf all Covered qloyees and basic records mlatin, memo and shall praerve them for I DCriod of three (]lyean or the tenn of the Covered Services contract. whichever i, 2rCatcr. The record. shaJJ contain: (I) the name and address of each Covered Employee: (2) the iob title and clulitlealion: (3) the number of hows warted each ~y: (4) the poll w.. earned and deductions m.de: (5) annual wqca paid: (6) . cQPY of the lOCial security returns and evidence of oavrnent thereof: (7) . record of frinn benefit payments ineludinJ contributions to approved plans: and (8) any other data or infonnation this Division sho~ld require from time to time. (d) ReDOrtJnll Payroll. BverY six (6) months. the Covered Bmolover shan tile with ttJ~ Procurement Dindor . cftnml~te Davroll showi". the Coveft!ld ~low:r'1 DIIvmll mcordI for each CoVCftld P.mDlowe wmldn. on the contl1lclt'sl for Covemd ServicM for one Dlvmll oeriod. Uoon reauest from the Oty. the Covered Bmplo)W &hall DrOduce for in~tion and cQ,pyiQ' ita D.yrull recorda for any or all of itl Covered __ovees for any period coveted by the Covered Service conb'lct. The Citv mav examine navroll recordl u ~.d 10 ensure comDliance. I8CnON 2-410. R..~... CO~JANCE AND ENFQRCEMENT. (al ServIce Contnc:lDr to Caoaerale. The Service Contractor ....all ocnnit Cirv emolovees. ~plL or ~taliYel to observe work hein, performed aI. in or on the proiect or matter far which the Service Contractor baa I contract. The City I'CDI'aCIltativCl mav examine the boob and recorda of the Service Connctof' fe.Blin, to the emplovmcnt and D~JI 10 detennine if the Service Contractor is in eomoli.nee with the DrOvisions of this Division, .5 of 9 . - (1)>1 ComDlalnt Procedures and Suetlons, en An employee who believes that this Division anplies or IlJ)Dlicd to him or her and that the Service Contractor. or the City. i. or wu not cOJlU)lyin, with the requimnents of this Division has a ri,ht to file I c9mpJajnt with the Procurement Di.tor of the City. Complaints by emplQyce. of alle,ed violations may be made It ...y dlJ'C and shall be inyestipted wilhin tbirty (30) dI)'I by Ute City. Written and oral statementa by an employee shall ~ treated 15 confidential and shan not be dilClosed withololt the written consent or the employee to the extent \l'owed bv tbe Florida Stahltel. (21 AnY incijyjdnal or entity mal also file I complaint with the Procw-ement Director of the City on behllf of an eml'lovee for invcatiption by the City. (31 Itahall be the ~ponlibilitY of the CiIY to invcstipte all allentions of violations of this Divilion within thirty (]G) ~YL I{. at any lime. the Ci~. upon inveati,mon determines that a yiolaliOn of Ihi. Division has occurred. it shill. within leD 1l0) workin, ~ of I finelin, of non-comDliance. issue. notice of corrective Ktion to the elllmover ~i(yilllf III areas of non-comoliance and dadlina for resolutions of the idenlifaed Yiolations. If a Servic:c: Con1nlctor f_11 to comply with any notice iSJI~ the Ci,y ManlJCf' or the City Man-pr'. _ipee ~ llIue an order in wridnR to the Service Contnclor. by certified m_J or band deHverv. notifvin, the Service Contl'8Ctor to ..... at In administrldve hemn, before the City Man..e~ or the Ci~ MlUta..-"s desipee to be held at I time to be fixed in such order. which datA IhalIIle not lesl than five ('I days after service thereof. (4) The proceedill'l mall be infonn,l. but shall a(fwd the Service Contractor the riJihl to teatifv in the Service Contnctor"s own defense. pre.,..t WitncaICS. be rmRIenred ~v counacl. lubmit n:levant evidence. croll examine witftClscs and object to evidence. l') The proccedinp &hall be recorded and minutes k~Dt by the City. Any Service Contractor requirinR yerbdim minutes for iudicial review IDI1Y lITIIl,e for the lClVices of I coon ~DOI1er at the exoenae of the Service ~ontl'lCtor. (6) Within ten (10) ~ or the cJoae of the hearin~ the City M~er or the City Manar's cleaipaee ahall render I decision in wrili", detIlrmipiq whether or not the Service Conb'lctm i. in compliance.. or whether other action .ould be taken. or whether the malb!r Ihould ~ continued. II 1M cue maY be. and It.tinl! the reaons and findinp of fact. m The CitY Man... or the City Man.pr'. de.iaee shan file !indin.. with the aty Clerk.. shallacnd . true and COl'IIlCl cog~ of bil 9n111r bv c:ertiQecl mail. return teeeipt l'ICJucsted. or b,y h~ deUveJy. to the _inels address II the Service Conlractor shall delil".t~ in wrilin,. (II The Citv Manager's or desIID."I findinn ahaIl constitute the tinal administrative action of the Cit)' for pUl'DOlClI of iudicial review under srate I,w. 60(9 . (9) If a Service Contractor fails to seek timely appellate review of an order of the City Mana2er or the City Mana2cr's cl~sienee. or to comply timcly with such order. the City may pursue the enforcement of sanctions sct forth in Section 2- 4JO (cl. Cel Prly..~ Jlttht or Adlon A....ut Senlft Contraetor An" Covered Emolovee of or for'IIIM Co"ered Brrlnlowe of . Service Contractor ma". in_tead of ulilizin2 the City ad.mini.~tive mocedUI1! let forth in thi- Divilion. but not in addition to such DI'OCedure. brinll an action bv filiall Aui. a.ainat the Covered Emotovel' in any court of comoelent iurildietion to enforce the umvisions of lhis Division and m.v be awsmrIM _It nay. benefits. dome"'_ feel. and costA. The .DDlicah~ II.tnte of limitalioftl for luc:h . claim will be two (2\ vean .. nmvidM in Florid. Statulfll Section 95.1114\(c\ for an action ror DaYmlCnt of "(aMI. The cowt may 8110 i~DOI8I~tion. on the ~ervice ConlnCtor. includi~1I those nenona or entitle. aidinR or ahl!ttin. the Service Contractor. to include walle reatitution to the affected Coveted Bmnlovee and dams.. oavable to the Cov~ EmotQwe in the sum of un to $500 for M~h week each Service Conh'RCtor il 'ound to have violAIM thil Division. Cd) Sandlo_ A.Dlnlt Service Contradon. For "iolationa of this Division. the City shall sanction I Service Contractor bv l'eQuirin, the Service Contractor to Da" w_. restitution at the employcn expense for each affected employee ansS may aeee.. the fOllowin,: (I l The City ~y impose clamaaes in the awn of 5.500 for each week for each emDlovee found to hive not been paid in accOrdlllCC with this Division: andlor (2) The City may -susoend or tenninate Davment under the CoyeRd Serviccs contract or terminate the conlnct with the Service Contractor: andlor (3l The City may dccln the employer ineliRible for future service contracts (or three (3) yean or until all oenaltiea and restitution have been paid in full. whichever ialonJC!'. In addition. all ernDloycrs shall be inelipble under this section where principal ofticerl of the eDlPloyer were principal ofticcn of an e~lo~r who violated this Division. tel Public Recant of SaDdloD'. All such sanctions recommended or imDOsed shall be a maltel' of public record. If) ~IUI for AldlDl! and A.beUinl!. The unctions in Section 2-410 te) shall also applv to"1 partv or parties mdin, and .bettin, in any violation of this Division. Ct.l ."'llallon ad Dllcrlmlnadon Barred. A Covered BmDlover shall not dischlU'2.e. -'.- die compensation. or otherwise discriminate qailllt any Covered EmDlow=e for maldna a co~laint to the Cty. or otherwise ulCJtin, his or her riRhr. under this Division. participatin, in any of ill proceedinp or ualn, lilY civil remedies to enforce hi. or her riMII under this Division. AlleRlllions of retaliation 01' dillCriminlllion. if found b'Ue in a oroceedinR under para~ (b) or ~y a court of competent iurisdiction under D8I'UI'aDh tc). shan result in an order of restitution and reinltalflment of. dilChafl~ed Coventd Emplovee with back pay to the date of the violation or such other ~lief as deemed ..,pIODriate. 70f9 ~ : (h) EnrQrcement Powers. If necessary for the enforcement of this Division. the Ciry AIl......J Commission may issue sU~DOenas. coronel the attendance and testimony of witnes.a and Droduction of books. DIDClI. reconla. and documentl relatin, to DavroU records necessarv for hearinR. inve.tiJations. and proceedinp. In case of disobedience of the .ub,poenL the City Attorney may applY to I court of comoetent iurisdiction for an order requirintl the attendance and testimony of witnesaea and oroduction of book.. ~n. recorda. and document.. Said court. in the cue of the refusal to obey such .ubpoena. after notice to the person lub,poenaed. md upon findin, that the attendance or testimony of such witnease. of the production of such books. Daoera. records. and documents. u the cue may be. i. Mlevant or neces.., for luch hearinp. investiptions. or proceed;n,.. maY isaue an order requirin, the attendance or testimony of such wilneaaea or the production of such documents and any violation of the court'. order m~ be punishable by the court 81 conteq)t thereof. (i) RemedJ. Herein Non.Exdulve. No remedy let forth in thi. Division is intended to be exclusive or a prerequisite for anertin, a claim for relief to enforce the rieht. under Ihis Divi.ion in a court of law. This Division shall not be construed to limit an ernplovce's ript to brinR a common law cause of Betion for wroncfuJ tennination. SECI'ION 2. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same arc hereby repealed, SECTION 3. SEVERAQILITY. If any section, subsection, clause, or provision of this Ordinance is held invalid, the remainder shaJl not be affecled by such invalidity. SECTION 4. CODIFICATION. It i. the intention of the Mayor and City Commission of the City of Miami Beach. and it is hereby ordained that the provisions of this Ordinance shall become and be made a part of the Code qf the City of Miami Beach. Florida. The sections of this Ordinance may be returned. 80f9 . , SECTION 5. EFFJCTlVE DArE. This Ordinance shall take effect on the 28th day of Aprl1 , 2001. PASSED and ADOPl'ED this..!!!!!.. day of April, 2001. A TrEST: . fJ MAYOR 1Ztl~J- P(tlc.i~ CITY CLERK ht reldin. 2nd Medinl XX ~d1n&nc. No. 2001-3301 APPROVED AS TO FORM A LANOUAOB cl FOR BXECUJ10N r- t?;?-r;)L ....,---......---... 90f9 ORDINANCE NO. 2003-3408 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTITLED "ADMINlSTRATION"; BY AMENDINO ARTICLE VI, ENTITLED "PROCUREMENT"; BY AMENDING DIVISION 6, ENTITLED "UVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES";BY AMENDING SECTION 2~08(b), ENTITLED "HEALTH BENEFITS", THEREIN, TO PRESCRIBE A MAXIMUM PERIOD OF TIME FOR THE "EUGIBlLlTY PERIOD", AS SAME IS DEFINED THEREIN, UNDER WHICH A COVERED CONTRACTOR MAY QUALIFY TO PAY ANEW EMPLOYEE THE sa.5I PER HOUR WAGE SCALE; PROVIDING FOR REPEALER, SEVERABIUTY, CODIFICATION, AND AN EFFECTIVE DATE. WHEREAS. the City award,. contracts to private firms to provide serVices for the pUblic and also provIdes financial assistance to promote economic development and job growth; and WHEREAS, such expenditures of public money also serve a public purpose by creating jobs. expanding the City's economic base. and promoting economic security for all citizens; and WHEREAS, such public expenditures should be spent only with deliberate purpose to promote the creation of full-time. permanent jobs that aRow citizens to support themselves and their families with dignity; and WHEREAS, sub-poverty level wages do not serve the public purpose. and such wages place an undue burden on taxpayers and the community to subsidize employers paying inadequate wages by providing their employees with social services such 8S health care, housing, nutrition, and energy assistance; and WHEREAS, the City has 8 responsibility when spending public funds to set a community standard that permits full-time workers to live above the poverty line, and therefore, contractors and subcontractors of City service contracts must pay their employees nothing less than the living wage herein described; and WHEREAS, in addition to requiring living wages for City services provided by private firms, the City wishes to serve as an example by providing a living wage to all City employees. - NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: SECTION 1. AMENDMENT OF CITY CODE That Section 2-408(b), entitled "Health Benefits", of Division 6, entitled "Living Wage Requirements for Service Contracts and City Employees", of Article VI, entitled "Procurement", of Chapter 2. entitled "Administration, of the Miami Beach City Code Is hereby amended to read 8S follows: Chapter 2 ADMINISTRATION . . . Article VI, Procurement . . . Division 6. Living Wage Requirements for Service Contracts and City Employees . . . SECTION 2-408. LIVING WAGE . . . (1tJ H..lth alReflle. Fer a Cel,wed EMpleyer er 'he City te _"'Ply wilh 'he Ii~AII walle p,g'/iBieA By sheeliRI te pay the le':.18r wage Issie aveReb/. 'JJh.n a eevl,." ''''Pleyer alee p...-M88 heaau. benefits. Iwsh heallh beAeI. .1:1.11 GeRllet sf payment sf .t le8et $1.2& per hewr tew&rdB the pRFJleleR ef helm. 68,. lIeRella fer CcweFed iMpl.el aA" th.'r "epeA"IAtB. If the h.altA beAefits plaR ef Ih. CeV'ere" _"",eyer.r I!.. City ,.....1.... SA IR.8I peRei Gf ,"'p/ey",e"t fer a A....: e",pl.yel te &II elll"'. fer health beAe. (e/igllllll~ peFi~) lush C&VI.. 'mpleyer er CIIy mav .."allly te pay &he $8.&& per hewr \Vall Icale -'''RAI *8 Aew e",pleyee', elill~lIi~ peFiN pNMde" the A8Vf 8Mpleyee will b. plld "Sllth tieR.... ..peA 68fRplelleA sf the elllitilllly perl.. Pr:eef ef the pAl'll.ieA ef ~e81th beRefits ",wst III Iwtimltte" Is the awa~1n8 .wt"8r~' te .....UIy fer t". wage Fate fer .",pleyell ,.-,it" healt" tieAefit6. (~ He.1th Benefl": ellalbHl1Y DBrlod. For a Covered EmDlover or the CItY to comDlv with the IlvInD waDe Drovlsion bv chaosloa to DaY the lower waae ICf8Ie avall.ble when a Covered EmDJover also DrovideB health benefits. Buch he.lth benefits shall consist of paYment of at least 51.25 Der hour toward the Drovlslon of health benefits for Covered EmoIovee~ and their deDenden18. If the health benefits Dlsn of the Covered EmDlover or the Cltv reQuires an Initler oertod of emDlovment for a new emDlovee to be ellaible for health benefits (eUDiblllty oertod) the living waae DfOvlsion shan be comDlled with as foflows durina the elialbllltv oeriod: (1) Provided the new emDlovee wit be oaJd health benefits uoon the comDletfon of the 811gibl!tv D8rlod. a Covered EmDlover or the CItY mav onlv aualify to DaY the sa.56 per hour waae scale for a term not to exceed the first ninety (JK>) days of the new 8mD'Ovee's ellaibllltv Deriod. Slid term commenclna on the emDrovee's date of hire. --- (2) If the Covered Emoloyer's or the Citv's eliaiblllW oeriod exceeds the ninety (gO} day term orovided In subsection (11 a~e. then the Covered EmDlover or the City. commenclna on the ninety first (91 ) dav of the new emolovee's eligibility Derlod, must commence to Dav 8 livioo wace of not les8 than $9,81 an hour. Proof of the Drovislon of health benefits must be submitted to the awarding authority to 9ualifv for the wsae rate for emolovees with health benefits. SECTION 2. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABILITY. If any section, subsection, clause, or provision of this Ordinance Is held invalid, the remainder shall not be affected by such Invalidity. SECTION 4. CODIFICATION. It Is the intention of the Mayor and City Commission of the City of Miami Beach. and it Is hereby ordained that the provisions of this Ordlna~ce shall become and be made 8 part of the Code of the City of Miami Beach, Florida. The sections of this Ordinance may be returned. SECTION 5. EFFECTIVE DATE. PASSED and ADOPTED this 30th ,2003. ATTEST: MAYOR ~~ f 1M J.u,. CITY CLERK .........,... .." 1 st reading 2nd reading ..~AIIlO POMI alNlGUAGll .IGIIDIGUIION TMGENOA\2003\apf0803\nIguJ.r\L.lvlng Wa;. Prob Per CM 03 ord.doc