Loading...
HomeMy WebLinkAboutRFP 37-04/05 for Personnel Services ':.~ \,='",t. \t \ t) ,', .. I (.. .~: . " '-", Miami Beach ANmerIcaCfty , , IIJ.' CITY OF MIAMI BEACH m ***** - 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.miamibeachfl.goY PamelaLeja@miamibeachfl.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/scripts/southflorida/public/home1.asp or call toll-free 1-800-677-1997 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 DATE: 8/3/05 2 CITY OF MIAMI BEACH PamelaLeia@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 COMMUNICA TION(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 THAT 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 THAT THIS REQUEST FOR PROPOSALS IS SUBJECT 'to THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THAT 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 . miamibeachfJ. gov/newcity/depts/purchase/bid intro .asp. CITY OF MIAMI BEACH ........< Gus Lopez, CPPO, CPPB Procurement Director RFP NO. 37-04/05 DATE: 8/3/05 3 CITY OF MIAMI BEACH PROCUREMENT DIVISION CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov - Telephone (305) 673-7490 Facsimile (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 proposal2! this completed form, may result in your company being removed from the City's bid list. RFP NO. 37-04/05 DATE: 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. EVALUATION 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 RFP NO. 37-04/05 DATE: 8/3/05 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 on 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 number, 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 DATE: 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 INFORMA TION/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 aU 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 this RFP; 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: 8/3/05 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. NEGOTIATIONS 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: 8/3/05 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 EEO 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. Where 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, RFLI, 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 DATE: 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. CODEOFBU~NESSETH~S 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 DATE: 8/3/05 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 DATE: 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 Department/Division 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 DA TE: 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. *T able 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, e-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/job 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 TION 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: Evaluation 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 DATE: 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. Important 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. RFP 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 DATE: 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. RFP NO. 37-04/05 DATE: 8/3/05 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 DATE: 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 DATE: 8/3/05 21 CITY OF MIAMI BEACH PROPOSER INFORMATION 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 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 contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (Printed Name) 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 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 DATE: 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 DATE: 8/3/05 24 CITY OF MIAMI BEACH QUESTIONNAIRE Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation, 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 DATE: 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 DATE: 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%) 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 DATE: 813/05 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 WITNESS: IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President (CORPORATE SEAL) Attest: Secretary RFP NO. 37-04/05 DATE: 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 Tyoist Responsible 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-ethnic/multi-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-ethnic/multi-cultural environment. 8. Customer Service Reps / Complaint Operator 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 Reps I 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. Carpenter 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 DATE: 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 DATE: 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 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. outdooritradesman/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 outdooritradesman/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, 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: \Nhat 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 nglmL 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 37-04/05 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 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, CPPB, CPPO Procurement Director Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel 3 or- ~ o &b It) CO .... W () ~ w en ....I w Z z o en a::: w a.. & ~ o a.. :E w I- W () u: u. o . - - ~ 0 0 0> 0 0 0 CO 0 ~ 10 ffi <C 0 N ~ 10 10 It) (\I N r CIC! IX) ('II " N 0> (\I N - ('II 0> ~ a: CO; ..t <'Ii (") cD ..t N ..t r--: r--: a) ..t M M - r--: u) (") W ..... ..- ..... ..- ..... - ..- - .,... .,... - - - - .,... ..... ..... ..... .... 6I't E.It 64 E.It E.It .... E.It W W .... E.It .... .... .... W .... Eh .... Co) - - ~ ~ It) ~ (") 0 C") <C 0 0 10 ~ ~ ~ ~ 0 0 ~ C'! ..... It) ~ CO ..- C'! 0 <( 10 - <C ..... (") <'Ii M It) <'Ii <'Ii (") Iti ..t (") .,... N ..- cD N N W ..... .,... ..- ..... ..... ..- .,... .... ..... Z .... ..... .,... .... ..... .... ..... .... .... 6I't 64 64 64 .... .... 64 Eh .... .... .... W W .... .... .... 6I't Co) - ~ It) 10 ~ ~ 0 10 <C 0 8 10 <>> It) ~ ~ 10 ~ ~ << ~ N 0 co ..... ~ ~ 10 (\I ~ 0) W ..... M ..- co; ..t <'Ii <'Ii N ..t ..t N .... N .... ..t - N .... .... - .... - .... - ..... ..... - .... - - - - - ..... - CJ ~ .... W W W .... E.It w w .... ~ ~ W .... W W W , In a: ~ It) 10 M 0 0 g <C - 10 It) 2; 10 f8 ~ 10 r--. ~ ~ C'! ~ co ~ ..... 10 - <( 10 ~ cq (\') ~ ..... (") .... M II) <'Ii <'Ii N U; z ..t (") - N - co co; N .,... .,... ..... ..... - .,... - - - .... - ..... .... .... .... .... ..... << ~ E.It W .... ~ 64 4It 4It .... 4It 4It 64 .... 4It 4It .... 4It W .... Co) - - ~ .... 0 co co 0 ~ co co 0 II) ~ ~ 0 ~ 10 It) II) Iii v N <0 ..... co ,.... 0> V <( M 0 0) <>> 0> N ~ N U; oi ..t <'Ii M cO z cD cD ~ cD .... cO C M a: ..- ..... .... ..... .... .,... .... ..... - - .... ..- .... .... .... ~ - .... 64 4It E.It Eh W 4It 6I't .... 4It 4It 64 .... .... .,.. Eh Co) W en - ~ 0 II) <0 0 0 0 N It) 10 l8 ~ 0 ~ ~ 10 ~ ~ ~ 0 C'! (\I IX) co N V co N ~ N N W N M N M cD ..t N N r--: ..t (") M CW; .... r--: cD N a: ..- .... .... .,... - .... .... ..... .... - - ..- .... .... - .... .,... U E.It E.It .... 64 .... W .... 6I't .... .... .... E.It .... W 6I't ~ 4It W en (I) I en 0 0 Do. W ~ 2 i~ w c:. en U ii ~ u z J!! i ~ ii: ii ~ I I W -0 0 t ~ w i '0 w ~ i ~ w I ~ 00 ~ u. i cw en t!! i LI a I ;~ u. (I) ifi i2 . !E ti rua a I c 0 fl ~ ::J Ij .z en ~ ~ z . w ~ w ~ w J 8en i :Ie: ~ ~ ; ~ I en 0 ! ::I ~. ::> i ~ ! ~~ ~ 8 u c en ... N C") . ." CD .... co G) c .- N C") . 1ft U) .... co - .- .- .- - .- .- ..- ..- ~ ~ r) t \() 10 .... o .... 2 ~ ~ Q o ~ It) m .... w U 5: w en ...J w Z z o en a::: w [l. >- a::: ~ o Q.. ~ W I- W U u:: u.. o ~ 0 ,.... 0 0 co ~ ~ 0 II) ~ co 0 a II) ~ W N N ~ co ''It ...,. ''It e:( CJ) ~ ~ co CJ) >- ~ Lri or- co; ~ to ,...: ~ cO z en co ('I) Lri ...,. to .... :::I ''It ~ .... or- T"" ... or- .... or- T"" T"" or- ..- or- ~ m or- w w w w w .,. W tit tit W .,. tit ..J LLI z- N II) ,.... ~ 0 0 0 co 0 :g ,... co &1 Il) g II) z:r ,.... N co CJ) N N ~ ..;t ~ N 0r- e:( CJ) CJ) 0(,) ~ cO co; cO cO ~ ~ ('I) cO -oi ~ Lri z or- cO ci M tnW or- or- ..... ..... or- .... ..... ..... or- ..... or- .... ..... or- ~ or- a:t- tit w tit tit .,. W W .,. .,. w .,. W tit W .,. W D. ~ ti ~ 0 0) ~ 0 II) co ~ It) II) fa 0 &1 0 0 N a:~ N or- 0 co ,.... N <( II) N e:( .... 0 N ~~ .. -oi c-.J M ~ c-.J c-.J <'Ii cO z ~ cO M z ..... cO ..t Lri ... ..... ..... ..... ..... or- T"" .... ..... ... ..... T"" T"" ... T"" .... 2: - .,. w .,. w w W tit ~ ~ W tit W ~ tit ~ :IE 0 (,) t- Z 3~ 0 II) ,.... CO) 0 II) co co 8 II) ~ co ~ It) 0 co a..w ''It N ~ II) 0 co .... ('I) <( II) ~ <( co ('I) co :Ea.. ..t M ..... M ..t <'Ii c-.J <'Ii ,..; z ..t ,..; .... z .... cO M <'Ii 00 ..... ..... ... ..... ... .... ... ... ..... ..... .... ..... ... ..... or- or- (,) .,. tit W .,. .,. w w ~ w w ~ tit W tit W tit a:: en (,) - a:::lI::: wa: D.w ~ Il) or- co ~ 6'j 0 ~ 0 II) 6'j ~ 0 ~ N II) N II) LL1..J N co ... N ...,. CJ) II) ~ CJ) It) CJ) w(,) to cD <'Ii Lri 0:) &6 ..t M cO cO 0) Lri cO u) T"" cO 0) M ~t- ..- or- or- ..... or- T"" or- ..- ..... ... or- ..... ... T"" or- or- or- ..- ~(,) w .,. .,. w w ~ .,. w .,. .,. w W tit tit .,. tit tit W 8~ ID fn I fn 0 0 Go W I :Ii ~c w C!) fn 8 i~ ... t!! 0 2 i2 0 i ~ i:&: 0 ~ i ~ ~ I 2~ w 0 a i ~ ~ S 2 I&. Z :::JZ '0 w t!! ~ ! ~ :::J f!! ai:&: U ft) fn m~ ! I&. 2 i 0 II ~ ti Ii; ~ ~! ~ ~ 0 W D:: :::J Go ,2 i ~ ~ ~ w i w i2 zi w ; m i ~ ~ :Ii oft) ft) t- Q' i !:; w ~ 0 ~ ::) ~ i z~ =>> CD 8 0 =>>w C 2 ft) ... N ('I) 'lit II) CD .... co G) 0 ... N C") .., II) CD .... co ... ... ... ... ... ... ... ... ... t (1 II) '0 N ,~ ~ C) t Vl ...... e o ~ It) m .... w o ~ w en -I w Z Z o en a:: w a. >- a:: ~ o a. ::E w .... c W N ::i <( o w a. en (,) i ~ N b1 0 0 0 <{ 0) 0 ~ cq <{ (,) ,...: &ri cx:i cD III Z M 0 Z N ~ ..- ~ ..... ~ :IE E.I't E.I't E.I't E.I't ~ a: III ~ a: 0 f8 ~ 0) ~ 0 ~ 0 ~ ~ 0) 0 q 1&1 N &ri N f.() ..t ~ ~ (") .,.... .,.... ~ ..... ~ ~ ~ ~ U E.I't E.I't E.I't E.I't E.I't E.I't E.I't ~ III (I) a: 1&1 0 Sf g 0 0 m <{ 0) <{ CD CO <{ :E z ,...: z cO <xi f.() &ri z ::;) ~ ~ ~ ~ ~ ... E.I't E.I't A. ~ (,) 0 C'II 0 0 II) ii: ~ 0) <( Q) 0 <0 "'II; ~ ~ ...: z cx:i <xi &ri Q) N ~ ~ ~ (f) E.I't E.I't E.I't E.I't .... W a: w .... g ~ 0 0 It) Z <( ~ 0 <0 ~ <{ III Z ~ (") cO &ri a z ~ .... ~ .... E.I't E.I't E.I't (I) ~ G. W ~ ~ (I) w ~ i2 ifi~ (l)e e ~0 8! ~ II II. z ~ 5~ ; m; a I ... f~ ~e w fII ~ ~ ~~ ! :Ii~ e ! ....t!! ii :::>> i! :;) ID 0 :c 0 z :;) """ N C") 'lit CD G) 0 ... ... ... .. II) '0 ('I) -- 8 cb t Y1 It) 00- o V ~ Q o ~ It) m !:: w o ~ w {/) ..J W Z Z o ~ w a.. ~ ~ o a.. :::e w .... o W N ~ <( o w a. {/) u I u 1&1 0 :=E e( e( e( ~ ~ e( co e( Di: Z Z Z Z ci z ~ ~ Ii Di: CL en ag It) 2~ e( ~ e( e(' e( e( CO) ~ z z z z z cO Iii&) CO) w !:=E fI) I (U I It) e( ~ e( e( e( e( N ~ ::) z z z z z ,..: 0 tl 7 ! :l 2 II: 10 i 0 g 0 III 0 f0- e( ..... C'II 0 ~ e( Z Z ~ N ari ari coi .... z ~ N .... ..... ~ .... tl flit flit W ~ . ~ IlL. W 2 ~C (I) w I!! i! ~~ (l)Q Q B! w II I&. z . ;:)Z I!! II !C ~ :J ij aIL ~ 0 (i! z ~ w =-1 i ~ i! D(I) i ~ ~~ ::;) - 0 ~ Z :J ... N C") . co eft (:) .... .... .... ""- % ~ . . Ii ,w2 !a. a 1&.:;:) a z~ 4lO ::EO D: a. .... u 0 .., 0 gz an l/) ~ ~ I 8 an ~ en 0 0 U &ri U It) ~ 0 ; 0 &ri Q m u i 0 a:: 0 III Q ari ::E en It) ~ ! Ii i D. III ... 0 ! 0 0 III ari 0 10 La. U 64 Z Cl ~ ~ ~ .... ~ .V") ..... o (:) o .n It) m I- w o ~ w en -oJ w Z z o en a:: w a.. >- IX: ~ o Q.. :e w I- -oJ (S Z :z:: o w I- 10 '0 It) t: 0 0 fa 0 ..J g PJ ..... ~ III D- III cc III Q 0 0 III ari ..J ~ ~ 0 a:: Will ....a.. g ~9 ....: o~ ~ Q ~ Een a:: Ii 8 ~2 ~ U)III ~ IIID: 0 ~ :t 0 0 U &ri (3 ~ 0 :t z i u 8 ! ~ ~ ;! 64 i a.. D: fj ~ ! 8 1&1 en ~ ~ t- Z :;:) III en :J :> u w ~ ~ ~ .... B~ 0 0 ici lri . i~ ~ a:: w tn 8 III 0 I- ~ ..: 3 z 0 0 a.. C) 0 z ... i ~ 8 ! d Q ~ ~ eJ ~ a.. a:: D: ~ ~1Il 0 W III~ C! en 0 !E U)Q ~ a III :J en u w ~ ~ lIC: .... ~ 0 a:: 0 ::) N u ~ W en w a:: ::) t- o U 0 w N t- ~ :r 0 u z ~ S2 a:: ~ ~ z w 0 w 0 ~ ! C) z w z 0 ~ 0 0 t- ~ ~ z ~ ~ , ~~~ 8 ~oo z~a. ....: :z: D.. ~ U ::) wzen ~ t- ~ I a. ~en :;:) en 0:Z: 8 ~ _U ZW ~ :rf- ~ Z frl~ x t- o III l- I ~ffi 0 -Q 0 za. a :r.... Ow w:r t- w ~ ~ llIl: .... z a:: i 0 -.... 8 Zw ~~ ari ~ x.... ~ Z Z ::J i ~ ....I W ::E ~ W ....I 0 I- a 0 ~ ..r; ~ Il) U) ~ !S x Z z ~ ::;) w ~ I ~ .... ' Table of Contents Letter of Introduction. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Tab 1 Proposer Information. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. Tab 2 TransHire Business Solutions. . . . . . . . . . . . . . . . . . . . . . . . . .. Tab 3 Recruiting/Testing/Screening . . . . . . . . . . . . . . . . . . . . . . . . . . ..Tab 4 Client References ..................................... Tab 5 Fee Proposal. . . . . . . . . . . . . . .'. . . . . . . . . . . . . . . . . . . . . . . . . .. Tab 6 Organizational Affiliations, Certifications and Awards. . . . . ..Tab 7 Addenda Acknowledgment. . . . .. . . . . . . . . . . . . . . . . . . . . . . . .Tab 8 Transitional Hiring Solutions "2004 Best Supplier of the Year!" ( Sun-Sentinel I FRMBC) "2005 Business Partnership of the Ycar!" ( Broward County Schools) September 6, 2005 Ms. Pamela Leja Procurement Coordinator Procurement Division City of Miami Beach 1700 Convention Center Drive, Third Floor Miami Beach, Fl. 33139 Dear Ms. Leja, Thank you for giving us an opportunity to present our services to the City of Miami Beach. Enclosed you will find information on our services, certifications, letters of recommendation, and awards. We are looking forward to being of service. Following is a brief resume of our history and performance. COMPETITIVE DISTINCTIVENESS >I< 20 years of staffing experience in the South Florida community. We have two main offices and lO resourcing locations throughout South Florida for the recruitment of various personnel. Our database alone provides thousands of applicants, identified in an instant, by skill sets, salaries, locations and industries. >I< A Work Force Management Program that will ensure retention, extensive screening and testing. All TransHire placements must complete a certification process prior to any temporary assignment. Our screening process includes substance abuse screening, security/criminal background; skill set evaluation, employment verification and a professional inventory assessment. >I< A Risk Management Program that will lessen the liability issues that can occur in a co- employment relationship. All TransHire employees sign an agreement confirming their assignment as a temporary to the client; a waiver of benefits (an agreement that they are not eligible for client benefits; (temporary employees receive benefits from TransHire) and an arbitration agreement, agreeing to arbitrate any employment issues through the Florida Association of Arbitrators and TransHire. Our Risk Management Program is designed to protect the client against any legal action by the temporary and to protect our employees, by bringing a quick solution to any employment issues that may occur. >I< Counseling and training of temporary employees. TransHire consultants will be responsible for counseling of employees. Please communicate with us so that we may ensure 3601 W. Commercial Blvd,. Suite 12 7850 NW 146th Street, Suite 418 . · Ft. Lauderdale. FL 33309 Miami Lakes. FL 33016 · · 954-484-5401 305-826-3441 · Fax: 954-484-5905 · Fax: 305-512-0350 the quality of performance. Employees are encouraged to upgrade their software and administrative skills in our training center. Employees may also check out software programs and reading material to enhance their skill level. There is no cost to the employee. In addition to training and counseling, TransHire handles benefits, workman's compensation, termination and any unemployment claims. * "Ready to Work" orientation program. Employees receive an orientation on the client and job expectations. The employee will receive a customized orientation brochure tailored specifically to the needs of the City of Miami Beach. Our staffing consultants are responsible for monitoring performance and obtaining regular assessments on the job skills of our placement. * Eligibility for benefits immediately upon employment. Please review the quality of the benefits we offer our contractors. The quality of our benefits has raised the bar of social responsibility in our industry. All of our employees receive benefits immediately upon employment. * Recruitment technologies like no other services. As you review our recruit sources please note the uniqueness of some of our sources. We facilitate a "NewComer Hiring Program" which captures new Floridians moving into our community. NewComer serves to welcome new homebuyers in the area and sends TransHire employment opportunities to this new sector. The Satellite search engine is based on state labor and wage demographics, so that in an instant we can identify specific labor pools based on employment history and salary. * A release package for all long term temporaries and contractors. TransHire is the first service to provide a release package for temporaries after a long-term contract assignment has ended. We immediately seek to place these contractors but in the event that an assignment is not immediate the employee receives a package that includes free resume service, and assistance with training/educational programs to enhance their opportunities for placement. The quality of our personnel, unique staffing programs and our commitment to providing our employees with educational opportunities, led us to what have been two of our most honored achievements. In 2004 we were honored to be the recipient of the Florida Regional Minority Business Council's "Best Supplier ofthe Year" award. The Sun-Sentinel newspaper (A subsidiary of the Chicago Tribune Company) nominated us. The FRMBC host 3,500 regional company members and approximately 400 national corporate members. In 2005 we received an award as the "Best Business Partner ofthe Year" by Broward County Schools. We were up against Washington Mutual, State Farm Insurance and a number of other national companies for this award. We are a small regional minority owned company but we leave our competitors, national and otherwise, in the dust! Please give us an opportunity to make a difference in your staffing program. We hope to be of service to the City of Miami Beach. Si c rely, l' \~ i1 . !" "-') "-- L..~ . ~ vonne Ro nguez Ras ch resident Tr Transitional Hiring Soiutions e We Strive For...... 1. Commitment To Our Customers · A focus on quality staffing · Responsiveness · Innovative staffing solutions 2. Commitment To Our Workforce · State of the art skill enhancement programs · A professional and safe working environment · Competitive compensation and benefits · A promise to keep the future growing 3. Commitment to an Exceptional Work Environment · Performance excellence · Team work · Challenging careers 4. Commitment to High Personal Standards of Conduct · Integrity in all interactions · Open, candid communications · Respect for all employees 5. Commitment to our Community · Participation in the education of the learning community · Support the quality ofIife through partnerships with children and family services 3601 W. Commercial Blvd,. Suite 12 · Ft. Lauderdale, FL 33309 7850 NW 146th Street, Suite 418 · Miami Lakes, FL 33016 . · 954-484-5401 305-826-3441 · Fax: 954-484-5905 · Fax: 305-512-0350 PROPOSER INFORMATION Submitted by: Yvonne Rasbach Proposer (Entity): TransHire Signature: Name (Typed): Yvonne Rasbach Address: 6625 Miami T.~kp~ nr City/State: Miami Lakes, Fl. Telephone: 800-320-1557 Fax: 954-484-540 I 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 I act has b.!!,en a~reed\~Of' and igned by both parties. r /.. l I 1/.' . 'i.:.:)X,._1....- . " )c- _' ,,' (Authori d Signature) Aug. 25, 2005 (Date) Yvonne Rasbach (Printed Name) 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 (juc-j,.(/'~ t~, ,Jet: f~ , Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: xx No addendum was received in connection with this RFP. Verified with Procurement staff 1 . 1i1:; . (/11 me/A Li;JA Name of Staff Member ur::- Al-I lJ..;J..S . .}t!l-::.J I Date . .~'i-...I......- Signature Aug. 25, 2005 Date Yvonne RFP NO. 37-04/05 DATE: 8/3/05 23 CITY OF MIAMI BEACH DECLARATION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this ~ day of Si:.pfQ. dYl be t1- ,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 documen~s identified by the following number: RFP No. 37-04/05' Yvonne Rasbach PRINTED NAME President TITLE (IF CORPORATION) RFP NO. 37-04/05 DATE: 8/3/05 24 CITY OF MIAMI BEACH QUESTIONNAIRE Proposer's Name: TransHire Principal Office Address: 3601 W. Commercial Blvd. #12 Ft. Lauderdale, Fl. 33309 Official Representative: Yvonne Rasbach Individual Partnership (Circle One) Corporation If a Corporation, answer this: When Incorporated: October I, 1984 In what State: Florida If a Foreian Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Yvonne Rasbach Address of Resident Agent: 3601 W. Commercial BId. n 12 Ft. Laud. President's Name: Yvonne Rasbach Vice-President's Name: Scott Rasbach Treasurer's Name: Yvonne Rasbach RFP NO. 37-04/05 DATE: 8/3/05 25 CITY OF MIAMI BEACH Members of Board of Directors: Scott & Yvonne Rasbach 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: 24 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 DATE: 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 fut 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: None 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: None RFP NO. 37-04/05 DATE: 8/3/05 27 CITY OF MIAMI BEACH Questionnaire (continued) B. List all judgments from lawsuits in the last five (5) years: None 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 WITN~S: \'. . /~7 ..c..:. ,. .-I" --~,,:.~, ,../'.,/ / ",^.' ......) . .."~" ,/, '..-...' ,/' -'-~" L".- .~---,....-_.,...~ &,srg~~t~r; .. / .:. -- IF CORPORATION: TransHire Print Name of Corporation Scott Rasbach Print Name 3601 W. Commercial Bl~d. 'J " s . f '/, By: (CORPORATE SEAL) Attest: Secretary RFP NO. 37-04/05 DATE: 8/3/35 29 CITY OF MIAMI BEACH BUSINESS SOLUTIONS WITH COMPETITIVE DISTINCTIVENESS " Focus and dedication to the needs of our customers " Constant change, growth, and new technology create an impact on your staffing needs. Contract employees can assist with achieving efficiencies in cost. Over the past 20 years, TransHire has provided Florida businesses with qualified individuals who are the best in their fields. Meeting your staffing needs with quality and precision. Whether your needs call for clerical help for a day or an IT professional for an on going assignment, we will bring you a cost-effective solution. At a moment's notice, we can search our data base of more than 10,000 professional's to fill positions in such fields as: . Office Support Administrative Assistant Customer Service Telemarketing Finance Data Entry IT Professionals Accounting Production! Assembly/Distribution Project Manager Marketing/Sales Support . . . Employees are assessed according to work ethic, motivation, accomplishments, skill sets, knowledge of business, ability to take direction, and ability to work in a team environment. Our recruiting strategies result in bringing you the best of the best. Our clients include Motorola, iDen Division, Finance Division, and Latin America Division (since 1988). From 1997-2001 I placed up to 1,254 light industrial and administrative contractors at Motorola. Out of 20 vendors we were ranked one of Motorola's top producers. (See enclosed reference letter YOH-MSS Motorola Managed Staffing Provider). We have also staff administrative and accounting positions for clients such as Broward County Government & municipalities (since 1989) TAG (The Answer Group, placing a high of 40 contractors weekly for a period of two years. (See enclosed reference letters) Please note the enclosed Dun & Bradstreet Open Ratings report on TransHire. This report is on the quality of service and is based on the confidential survey of our clients. The State of Florida, Department of Transportation requested the survey as pre requisite to bidding on a DOT Temporary Services Bid. > o. " rb~ffi . ".p'~ 1111 -; ..~ Date: 08/07/0S ~~~ D-U-N-S Number for this company: 19-751-4560 .----------.------.---.-...---.--.--- -.---..- -.-.-..---..-.--..-------..-. --....---...-.. --I I The Supplier Performance Review Is a report on a single company. This report Is divided Into four sections: ! , 1. Company Overview i Contains basic location, contact, and operating data available on the company being evaluated. This Information comes from Dun & Bradstreet and reflects the current contents of the Dun & Bradstreet record for this company and D-U-N-S number. . 2. Supplier Perfomance Ratings Provides the supplier's Summary Performance Rating, which Is an assessment of likely overall performance, and a SIC-level benchmark, which Indicates where the supplier's Summary Performance Rating falls In comparison to other rated companies In it's SIC group. This secl/on also provides Detailed Perfomance Ral/ngs for key aspects of supplier performance. 3. Buyers Surveyed Indicates the industries of the companies that have recently provided raUngs on this supplier. Individual raters are not Identified In order to preserve confidentiality. AU 4. Distribution of Feedback Provides a breakdown of the survey responses received from raters of this supplier. For each of the survey questions, the responses, which were provided on a 0 to 10 scale, are categorized as "positive" (9 to 10), "neutral" (5 to 8), or "negative" (0 to 4). I j j --------......-...--.-------. -------.---------.- ---.-----.-.---...--.-....-- - ._____..__ __ ....1 L. '.'{. t:""'n"',pAN'JbuERV'rj;~"~'" fl.. "A.D'" If 'b.;.;."t 'QI'!d.\ ~::')k;;-'j- >;-:';;,.~;':,._:-,-, ,:,,-;;,,:-,"., ";;,-',,:-'.,',,'-:'.:.. iti;~.!r~"'1l': '.....{,~J.....;.u:" ',-. .. ..ID.:m~.'IJ:..~J;jh!"u:'Jl"'m~~aill:&:Ut~~shll:,ji;w~l~~bHil~.,',;~ II Primary Name: TRANSHIRE Year Started: i.: Alternate Names: (none) : I Year of Current : I Addre,., Control: I I Annual Sales: , r Telephone Number: Total Employ...: Ii ! . I D-U-N-S Number: 19-751-4560 SICILlne of I I BusIness: , I '-----------..-.-.---.... . .--...- __u__.._o.___ "_V__'_' ________....___._. i ----------.---..._._.1 Supplier Performance Review Is a trademark of Dun & Bradstreet. . . . Page 1 of 3 " ." @ Open Ratings, Inc. For Internal Use Only Not Licensed For Distribution 1'. 00000 t~ n1tCliS ~ n Date: 08/07/05 1!!.lr_. ~'I~.rmr~~2<>1iol6~~",">Y"""hi' !fi1....I.~~"",O\.I'"'l ~F~.III.~f$iI1l~(fJI.~Jf{fl~Q..~.~>>:If.\'SitW4t'Y D-U-N-S Number for this company: 19-751-4560 2. SUPPlIEttPERFORMANC E RATINGS Open Ratings calculates supplier performance scores using a sophisticated algorithm that takes into account the amount of information available on a supplier, the recency of the information, and the accuracy of the raters. Ratings range from 0 to 100, however, this is not a percentile score. Summary Performance ,Rating Indicative of likely overall performance 90 Detailed Performance Ratings RELIABILITY: How reliably do you think this company follows through on its commitments? COST: How closely did your final total costs correspond to your expectations at the beginning of the transaction? ORDER ACCURACY: How well do you think the product/service delivered matched your order specifications and quantity? DELIVERYfTlMELlNESS: How satisfied do you feel about the timeliness of the product/service delivery? QUAUTY: How satisfied do you feel about the quality of the product/service provided by this company? BUSINESS RELATIONS: How easy do you think this company is to do business with? PERSONNEL: How satisfied do you feel about the attitude, courtesy, and professionalism of this company's staff? CUSTOMER SUPPORT: How satisfied do you feel about the customer support you received from this company? RESPONSIVENESS: How responsive do you think this company was to information requests, issues. or problems that arose in the course of the transaction? Supplier Performance Review is a Iredemart< of Dun & Bradstreet. No,t", ;'i 00000 SIC Level Qulntile Bottom r-r I II I Top SIC: 9999/Nonclassifiable Establishments o I 25 I 50 I 75 I 100 I 90 93 88 91 88 94 95 93 93 Page 2 of 3 @ Open Ratings, Inc. .,~ .i ~t-.c EMPLOYEE RETENTION "Making the most out of people " We support personal growth and continuous learning. Employees have access to the latest technology in software training at the TransHire Learning Center. Employees may also check out software for at home training. To ensure retention and good attendance, we provide competitive compensation, and a workforce management program that encourages commitment and quality performance. All temporaries and contractors are eligible for benefits IMMEDIATELY upon employment. Benefits include: . Subsidized childcare programs (The Mildly III Sick ChildCare Program) ( Best Practices) . Health Care Coverage & Florida Kid Care Plans . Annual Well Check Program ( Best Practices) . Employee Assistance (Best Practices) . Vacation Pay . Credit Union . College Credit/Work Study Program . 401k Retirement plan . Skill enhancement programs. . Direct Deposit. . Release Package for long term contract assignments (Best Practices) . And much more! BEST PRACTICES " Turning our vision into a management style" A. Ready to Work Program: This program was designed to increase productivity and retention. It is the process that all new hires follow. Orientation on the client includes a customized brochure on the company image, policies, job expectations and the work environment. After a one-week working period, we ask the supervisor to evaluate the performance level of the employee. Employees are counseled on any areas of concern. The key to "Ready to Work" is positive communication and reinforcement. B. ACE (Achievement, Commitment and Excellence) This program was designed exclusively for administrative assistants. It is a training program to enhance communication skills and professionalism. Training seminars included: The Do's and Don'ts of Administrative Support, Listening Skills, Strategies for Improving Verbal and Written Communication, Promoting Ethical Behavior, Time Management, Tips on Professional Appearance, Techniques for High Impact Language, Telephone Skills and Customer Relations. In addition to the seminars this work force was provided with enhanced software training, available on the weekends. ACE personnel were required to complete coursework and training. C. Work Force Management Program. This program was designed to closely manage the work force, providing support, professional growth, and a commitment to the terms of employment. The program reinforces TransHire as the employer. The Work Force Management Program includes the following: · All temporary employees sign client benefit waivers, and an acknowledgement of contract assignment. · TransHire temporary and contractor personnel are provided with excellent benefits. · TransHire employees follow an evaluation process that encourages commitment to the terms of employment. · Periodic meetings with counselors to review goals, company values and career expectations. · Appreciation for excellent performance. D. Release Package. This program was designed for employees on long term assignments. We increased placement of these employees by 50%. This program was primarily designed for large groups that were ended at the same time. We were the only staffing service to develop this program in response to the needs of the temporary work force. If after ending an assignment we are unable to find a suitable position for our temporary, they are given a package (at no cost) that includes: · Letter of recommendation. · Resume service. · Skill enhancement programs and trade schools as an option for those wishing to change careers. · Resources on various employment opportunities outside of the agency network. · Literature on effective presentation and interviewing. E. The Mildly III Sick Child Care Program and the Annual Well Care Visit. Both of these programs are not best but extraordinary practices. TransHire has raised the bar of social responsibility in our industry. Full time TransHire employees are eligible for subsidized childcare. This program is designed to provide our employees with childcare options when their child is mildly ill and can not go to school or day care. This has proven to aid in reducing absenteeism. The annual well check is a subsidized physical for full time employees. Employees not participating in the company medical insurance plan are eligible for an annual well check that includes a complete physical and blood work. F. Employee Assistance. TransHire is committed to supporting the quality of life. Upon request temporaries/contractors may obtain information for assistance regarding personal problems which may include family crisis, emotional stress, health-related issues, family preservation, and legal difficulties. Counseling services are available to TransHire employees needing guidance and assistance. This program is designed to put temporary employees in touch with professionals that can assist with managing difficult situations. We encourage employees to seek assistance with the assurance that all discussions are kept confidential in accordance with federal and state regulations. Services include: Counseling/Metal Health Abuse Prevention and Treatment Family Preservation/Crisis Intervention Health Education/Service Counseling for Financial and Credit Concerns Parenting Skills/Assistance Helping Hands. Seven years ago TransHire developed the Helping Hands Program to assist employees facing a financial challenge or needing assistance with food, clothing, housing accommodations etc. TransHire has formed partnerships with a number of charitable organizations to provide assistance to families in need. CANDIDATE SOURCING AND EVALUATION TransHire employs a variety of technologies to identify, recruit and assess candidates. TransHire has the unique ability to respond with innovative recruitment techniques that meet specific work force demands. RECRUITMENT TECHNOLOGIES "Search for opportunities where others have failed to look" We bring 20 years of national and community recruitment sources. TransHire Website. Approximately 4000 inquiries a month. Applicants can apply on line to directly populate our database. Targeted Community Newspaper Ads. Internet Resume Search Engines. TransHire utilizes Hot Jobs and Career Builders. Referral Program. Approximately 20% of our applicants are referred by clients or employees. Reactivation Program. Twice a year our database of applicants is solicited for updates on employment status. These applicants receive information on upcoming employment opportunities. These are pre-screened employees that have a proven record of performance with TransHire. Colleges, Trade and Technical Schools. TransHire plans job fairs on career day at local community schools. Miami Beach One Stop Career Center. If awarded the contract, TransHire will utilize the services of the One-Stop Career Center to recruit potential employees. Diversity Recruitment Programs. . (See Motorola reference letter) TransHire participates in a number of affirmative action programs and has assisted a variety of corporations in meeting affinnative action goals. TransHire sponsors a variety of cultural events throughout South Florida. Job fairs and recruitment campaigns are hosted at events like HispanicFest and throughout Black History Month. Satellite Program. This program was developed by TransHire to pin point applicant pools based on demographic information. It is a strong tool for identifying markets based on wage and labor demographics. An essential tool for targeting specific markets of the work force. Newcomer Program. A recruitment strategy targeting new residents to South Florida. Learning Communities. TransHire is active in the learning community with job fairs and career /employment seminars. We recruit at adult community training centers/GED Centers. BEST IN TALENT IIAn innovative approach that set the standard for higher quality" Built on the service we provide to more than 200 clients each year, our quality standards are impeccable. We screen for qualified, motivated personnel and then provide them with the tools to enhance their skills. All applicants are screened as follows: Communication Skills. Candidates are first screened by phone. After a review of the candidate's qualifications an appointment is scheduled for the first interview and application processing. General Aptitude Testing All candidates are screened for grammar/spelling/language and math skills. Candidates must meet a minimum requirement of 75% to be placed on an assignment. Screening also includes testing for clerical, receptionist, a data entry, bookkeeping/spreadsheet, and all software programs. Training and skill enhancement programs are available to all associates at no cost Skill Testing. TransHire utilizes a series of software programs to test the applicants' clerical and technical knowledge. The most commonly required are Word, Excel, PowerPoint, Customer Service, Typing, and Data Entry. Career and Personality Assessment. Candidates are screened for motivation, best practices, career aspirations and their ability to work in a team environment. Criminal Background, Substance Abuse Screening, and 1-9 Verification checks. Employment is contingent upon passing all background checks. TransHire employees will be tested for illegal substance abuse with a 6-panel drug test. TransHire employees are subject to substance testing anytime during the course of their employment. We will run a criminal background check through the Florida Dept. of Law Enforcement, which reports all arrests, and the disposition of each. If employees have lived outside of Florida, we will perform a background check in their previous state of residence. All TransHire associates will be confirmed non-sexual offenders. Employment History. History of job performance and attendance is verified prior to placement. Our objective is to ascertain quality of performance. QUALITY CONTROL "know greater service" TransHire is focused on enhancing the quality and performance of our staff. Weare committed to the achievement of individual and team growth. The following is an overview of the orientation that is reviewed with each employee. · The corporate image of the company, code of ethics, the employee's job responsibilities and performance expectations. · Policies regarding smoking, dress code, parking, housekeeping, breaks, tardiness, telephone usage, and confidentiality. On the start date, your company will receive a phone call 10 minutes after the starting time to ensure that our employee has arrived. At the end of the workday we will check back with you to review the individual's performance. If you are not satisfied with the quality of work we will replace the employee the next day. (In situations where counseling can be of benefit, TransHire will work with the employee CLIENT REFERENCES AS OF AUGUST 2005. All companies listed use administrative personnel thru TransHire, for temporary and/or Transitional hiring positions. Broward County Government 115 S. Andrews Ave. Ft. Lauderdale, Fl. 33301 Contact Wendy Lorenzo, Purchasing 954-357-6083 Email: Wlorenzo@broward.org TransHire has worked with Broward County Government since 1989. We supply approx. $800,000 per year in temporary clerical personnel to various departments around Broward County. The County maintains an average of25-30 workers per day. We have met the counties living wage requirements since it's inception in 2003. Town of Davie (Co-Op Bid) 6901 Orange Dr. Davie, Florida 33314 Contact Herb Hyman, Purchasing 954-797-1016 Email: herb hyman@davie-fl.gov TransHire has been the successful bidder on this contract since the mid 90's. We supply many city governments with temporary help through this co-op. For example, the City of Ft. Lauderdale, the City of Deerfield Beach, the City of Lauderhill, the City of Plantation just to name a few. Annually we bill between $150,000 and $200,000 through the co-op contract. Broward Center for the Performing Arts 305 S. Andrews Ave. #206 Ft. Lauderdale, Fl. 33312 Contact Bill Montgomery, Call center Supervisor 954-660-6302 Email: bmontgomery@browardcenter.org TransHire has been the major supplier of Call Center Customer Service Rep's to the Performing Arts Center for over a year. Our billings average $200,000 annually. The Answer Group 7562 Southgate Blvd. Pompano Beach, FI. 33068 Contact Dave Iadarola, Manager of Human Resources 954-720-4000 #6760 Email: dave.iadarola@tag2.com Over the 18 months that we worked with T.A.G. we placed approx. 400 people that ultimately became T.A.G employees. These people were drug tested and background checked, pre-tested for knowledge on computer hardware and software then placed on our payroll for 8 weeks. Our annual billings were $2,000,000. City of Miami 444 SW 2 Ave. Miami, FI. 33130 Contact: Luz Acosta, Admin. Assist. 305-416-1522 Email: lacosta@ci.miami.fl.us TransHire was asked to place an experienced Grant Writer with the City. We recruited and placed an individual that has secured a million dollar grant for the City. Estimated billings, $30,000. Macy's 22 E. Flagler St. Miami, FI. 33131 Contact: Ann Mulder, Vice President, Human Resources. 305-577 -1840 Email: anne.mulder@fds.com TransHire has worked with Macy's since 2004. We place Administrative Assistant's as needed. Estimated billings, $40,000. Gourmet Award Foods 3225 Meridian Parkway Weston, Fl. 33331 Contact: Dina Dempsey, Human Resources 954-384-8005 Email: Depseyd@gounnetaward.com This Large Gounnet Food Dist. hires all distribution personnel through TransHire. Our screening and transitional placement approach has helped them lower the very high turnover they were experiencing. Annual billings of $240,000 City of Oakland Park 3650 NE 12 Ave. Oakland Park, Fl. 33334 Contact: Margaret Turner 954-561-6105 Emai1: maggiet@oaklandparkfl.org TransHire has worked with the City of Oakland Park since 1996. We provide them with various levels of clerical and bookkeeping staff. Our est. billings for 2005 will be $100,000 .... , {//L4 'ft "I ~. April 15,2005 Steven Pepper New Business Consultant TransHire 3601 West Commercial Blvd Fort Lauderdale, Florida 33309 Dear Steven, We have been using TransHire for the past 8 months. I have found you and your staff's response and personal commitment to providing qualified employees outstanding. We have used many agencies in the past but have never had one that was able to tailor its services to meet our specific needs. I feel that TransHire goes the extra mile to make sure every employee they place in my company fits the mold that I outlined to you at one of our first meetings. Our relationship with TransHire continues to strengthen with each new employee placed. I no longer worry about.the hiring process. I strongly recommend TransHire to companies looking for employees who possess the experience and quality needed to help them succeed in today's competitive environment. --- II BRQWARD CENTER -'-- Jor fhe - PERFORMING ARTS February 2, 2005 To Whom It May Concern, We have been utilizing the services of TransHire for over 6 months to supplement our staffing needs at The Broward Center for the Performing Arts in both our Call Center and Box Office. At all times we have found the staff at TransHire to be friendly and professional, providing us with qualified employees to fill our various needs in a timely manner and always willing to respond to our questions and concerns. Without hesitation we certainly recommend them for any business looking to fill any staffing needs. William Montgomery Ticketing Supervisor - Call Center Broward Center for the Performing Arts 201 SW Fifth Avenue Fort Lauderdale, Fl. 33312 Broward Center for the Performing Arts 954-660-6302 20 I S W Fifth Avenue . Fort Lauderdale. FL 33312 USA . Phone: 954.522-5334 . Fax: 954.462.3541 Box Of/ice: 954.462.0222 . www.browardcencer.ore T~ January 2, 2003 Scott Rasbach Atrium Personnel 3601 \l./. Commercial Blvd. Suite 12 Ft. Lauderdale, FL 33309 Dear Scott Rasbach: I am pleased to offer you my highest recommendation. It has been a pleasure to work with you and your staff at Atrium this past year. The level of professionalism and dedication that you and your staff have shown has not gone unnoticed. I challenged your company to supply me with some of the highest quality computer technicians in South Florida and you came through week after week. I have worked with many staffing companies over the years and I'm truly glad to be working with Atrium. Please relay my best wishes to your staff. Their attention to detail on every issue has made my job that much easier. You have a great group of people working for you, Scott. I look forward to continuing working with the Atrium family in the future. Best wishes, . OwW David ladarola Manager of Human Resources The Answer Group f&.~aL /'1U-~ ~_? ~'L.(,<-:: U1 ci;1<}{2/o.i(:/ '- ,a /A .I}1'1 . 1'JI1 it ;",-.t.. cr ~',..-"""" ". .' a;1iu ","411'fO l/i~ -(1,1111,.4.... 7562 Southgate Blvd. . North Lauderdale, Florida 33068 ,eI 954.720.4000 fw: 954.726.0015 ,., MOTOROLA 6/2:g/04 Yvonne Rasbach President Atrium Personnel, Inc. 3601 W. Commercial Blvd., Suite 12 Ft. Lauderdale, FL 33309 Dear Yvonne, I wanted to express my gratitude to you and your team on the excellent level of customer service you have provided to Motorola. Your company was able to tailor your services to meet our specific needs, including helping us make progress on our affirmative action program by referring a qualified, diverse, candidate pool for all our eligible positions. I felt that you went the extra mile to listen to our needs, make creative suggestions, and put together a customized strategic plan. Instead of being reactIonary, you were very proactive to anticipate our needs, and suggest creative solutions. Data-you presented to me on county/area demographics, along with putting together a targeted advertising program based on that data, is an example of the extra effort you made and is an effort that should be recognized. Your team was adept at tracking data in the manner in which we had required, and we always received that data In a timely manner. Additionally, you (and your team) always made yourself available to us over the phone; or In person, if we had any questions. You frequently solicited our feedback, and offered to assist us on anything else we needed. Your company's level of customer service went above and beyond any expectations that we had. Thank you again for all your hard work and effort. Sincerely, '--;~;4//}/c,v(/[?1 ~~ Tamara Hale Compliance Manager, East Coast Region Motorola Human Resources Compliance Solutions (HRCS) 8000 West Sunrise Blvd., Rm 1306 Plantation, FL 33322 Phone: (954 )723~5704 Fax: (954)723-4490 8000 West Sunrise Blvd, Plantation, FL 33322 (954)723-5000 Alison .)ject: Besse Amy-a16608 [Amy.Besse@motorola.com] Wednesday, February 21. 200111:52AM 'info@atriumcorp.com' ARMS Headquarters at Motorola From: Sent: February 21, 2001 Dear Yvonne: With 2001 underway, and the ARMS implementation complete across the United States, we would like to invite you to co-locate with us at the ARMS Headquarters. As an integral part of the ARMS program Motorola has established o~fice space at the ARMS Headquarters in Tempe, Arizona for our Associate Suppliers. This space is available for you to occupy, ii\@::.~Q.R! p~ out" .' 1;OP"'p~Qducing National ~uppli.en. The intent h 1;R..R;Qy~.g~.,.:you with day to day visibility into the ARMS program and business volume we expect throughout the year. Space is limited and available on a first~come, first serve basis. .. The benefits to you include frequent interaction with the ARMS Program Management team, participation in focus groups, fully furnished offices and the opportunity to participate in the strategic direction of the program. If you would like more detailed information please contact Amy Besse at 480-317-3900. ease respond by close of business February 28th, 2001. Warm regards, - Linda C. Johnson ~tlt/ t/t,.{?.-z.rl....:fl-:... . tiki:',! C (?J(/YJ.i,f./,-1t. tV) .~ "'r:)f{~-\.. {11- l;. (-/':' ~/ Linda C. Johnson ~RMS Operations Manager 1 AT&T w~rldnet service I~essage Center Logged in as: a.l.nemeth Mailbox: a.l.nemeth on AT&T WorldNet Folder: INBOX Read Message . . . · ~eply;" I forward .. ..1,: Delete .'.1 A,,:E7tnaUSp~tfel:;:: 1.. .,:, Prln~ble. ~ie~}~;::' Previous f... · Ne><tf From: Martin Mariah-EMM045 <emm045@motorola.com> [Save address] To: Allison <a.l.nemeth@att.net> Cc: Walsh Doug-FDW035C <fdw035c@motorola.com> Subject: Quality Date: Wed, 19 Sep 2001 09:42:28 -0400 Hi Allison and the Atrium team: Message: 3 of 9 I just wanted to say "thank you" again for the exc:ellent service you provide to our mutual client, Motorola. Your agency consistently provides us with quality contract workers. They show up on time and know what to expect before they arrive for their assignments. The contract workers start when you say they will, and your no-show rate is the lowest of any of the agencies we work with. Once here, the stay on the assignment longer-tnaDi-Ehe workers from other .-a~encies--{w ch ~s proba y ue 0 e act t at you prepare tlie~ _~na on.ry- send us pe9ple that are good lts or the assignment"'~- -.-..-..,....... .- ------..-------..-.-.-.---- .~.. "' , .- It's a pleasure doing business with a company that does what it says it. will, and we appreciate your dedication to this account! Regards, Mariah Martin Lead Staffing Specialist Yoh Managed Staffing Office Phone: (954) 723 -4496 Fax: (954) 723 -8007 email: emm045@email.mot.com Know greater service. (SM) Reply.l. Forward.' . Delete"'I"'F'E:~~ils()or~~!,;:i,I.::prln~ble View.:/, I . . Get E-mail I Messatle List I Compose, Address Book I Mailboxes I ~ I Printable View tI.tJR I Feedback I ~ I AT&T WorldNet Home PrevIous ; ,.. Next , Copyright 2001. AT&T. All rights reserved. AT&T, AT&T and Globe Design, and AT&T WorldNet@ Service are registered trademarks and service marks of AT&T Corp. in the United States and other countries. The other marks which appear on this Web Site may be marks of third parties that are not affiliated with AT&T. AT&T and its affiliates do not control or endorse the content of third party https://netmai1.att.netlwmc/v/wm?cmd=Show&no=7&uid=35 53 &sid=cO 0911912001 FEE PROPOSAL A one time $50 fee will be charged per associate placed at the city. This fee will cover the costs of all outside screening. (Criminal background check, drug testing, sexual offender check and credit check if required.) TransHire will pay at or above the living wage without benefits on all positions. ($9.81 per hour) Item # Description Bill Rate per hour 1. Secretary I $13.97 2. Secretary II $15.40 3. Clerk Typist $13.73 4. Clerk I $13.73 5. Clerk II $13.73 6. Clerk III $13.97 7. Bookkeeper/Accounting ClerkII $17.50 8. Cust. Service Reps/Complaint Op. $13.97 9. Cust. Service Reps/Comm. Operator $13.97 10. Personnel Tech. $18.20 11. No bid 12. No bid 13. No bid 14. No bid 15. No bid 16. No bid 17. Buyer $18.20 COMMUNITY RELATIONS TransHire is committed to the quality oflife. TransHire partners with a number of charitable organizations that provide assistance to the community. We support Children and Family Services, Health and Wellness Programs, and Scholarship Programs. . St. Vincent De Paul Society of Broward and Dade County. . City of Hope ORGANIZATIONAL AFFILIATIONS . American Staffing Association . South Florida Manufacturing Association . Florida Regional Minority Business Council . Florida Staffing Services Association . National Academy Foundation! Broward County Schools . The Broward Alliance CERTIFICATIONS, AND AWARDS . t'2004 Best Supplier of the Year", Florida Regional Minority Business Council Award. (Nominated by the Sun-Sentinel, A Tribune Company) · tt2005 Business Partnership of the Year", (Nominated by the School Board of Broward County, the 4th largest in the United States) . · Florida Statewide & Inter-Local Certification! Office of Supplier Diversity · Broward CountylDivision of Equal Employment and Small Business Opportunity, Certification . Florida Regional Minority Business Council, Certification .:!..c. . y .... t"..-c ~ ~ en J,..j .... .~. 5>- a ..-c: ~.~. ~ .~ g "'... .~ ;a '""" .~ .e ~ 5 = ~~ ~c..-c c.= ~. ~ ~ CJ ~S ..sO r;&;. . ..s c:l 4) a 4) 4) Q) ~~ s...;. <: 0 :c- ~B ~ en .c'3'~ c ,&~ 'C ro;~ ~ <( '- fPI4~ 1-' ~'C . . <l:: == S COW B o .ig . "" rn LO () .~ ~ g c. ~.,.. N - .CSo --:c SM' ~ .a~ .~ . ::e C'1 c: aslo4 o .B' rn ={t '- we -<= El Q)..G.lU~ c.. !B 'Q >c E~ @ .g ::3 U.(i) & at: .!.; ; ....., e Q) <( Qc ~ 4) Q) ;3 ~ t as 'C 104 ~ .s ....! :....; ..~. ., '~.; ....I , -- --' ~ - u . , ~ .8 , Z '-> u :J ~ ~ 0 ' .... Q u U ~ z ........ I- ~ lLl .J Z ~ OJ W e :E u ~' .', ',' .:E ~ '-'" z ~ .. '5 G' U a.. w ::J ",,~ ' ~ U) 0 O. ..~.. .rr ~ - u ,~ 0:: IJJ ~ W Cl. ..... > ~ 0:: - IJJ ...C) 00 w ~ W ~ w ..... ...... ~ J- z ~ ~ 0 '5 ..... '-> ~ Z Q) ~ ~ .s ~ ~ IJJ ~ 0:: ~ ~ W ::J :~ ~ ~ a ~ co ",~ '5;: w (f) .~ ~ G ....... ~ - ~ t:::I (f) >- t1 '5;: --' ~ ;::s ~ I- ~ 0.. ~ ~ w ~ ~ ~ ~ ~ ~ Z e:: ~ c a.. ~, ~ ~ '-t: . ~ .- ~ - '-0 B 8 ~ :J ~ ~ (f) z ~ U) ~ :J 2 ~ 0 m ..-. ~ >- tt ~ ~ .- ~ .J ~ I- ~ <( \;\ '1S - e a:: ~ - z ~ ~ 0:: 0 ~ 0 0 - ~ ,S (!) is Z ...... z ~ ~ .~ IJ. w - ll:: - ~ ~ ~ :E t1 f"\ e:: e .... ~ ~ r'"l , .~ ~ .... - '0 .. :.:: <( -I '1") :;; .. ~ ~ ~ 0 ~ ~ ~ t'oo" -=: '" -. '... '=' ~ e:: Z ..g ~, "':;: '. ...,. ~ " s:: '''' s:: 0 0 Q Q .- ~ :t:: .J - :.... t " f! u... l- e ~ '. ~ ~ .- ~ ::t ~ <( ~ ~ l::l 8 ..... Z ~ ~ t3 tj ~ ~ ~ ~ c:s ~ e l::l Q.; ~'- ...-.,.;....;:.-..:...:.--.-.. ,,'-_:.-..,...,.' ~ .~ u ~ ~ o U C'-) C'-) Q) ~ · .....c C'-) ~ ~ pC'-) · .....c Q) ~ N o ......c ~ ~ · .....c 0.0 ~ 0 ~ U Cd Q) ~ ~ o · .....c 0.0 Q) ~ Cd ~ · .....c ~ o ~ ~ Q) ,.s:= ~ Q) r.n .-c ~ $-.40 ~O Q)N E ~ rT" ro ~ ~Q)~ ~ ~ ~ Q) C1) 0 .s ~ OJ) r.n ~ C1) ::s 0 ~ ~~U ~.~ ~ ~ .C ~ 8 ~ . -c r:/J ~ v o o N .,. r- ,..-..j ~ o. ..0 e o ~ '-./ _,_ THE SCHOOL BOARD OF BROW ARD COUNTY, FLORIDA 600 so Ul'HEAST THIRD A VENUE.FORT LAUDERDALE, FLORDA 33301-312S'TEL 9S4-76S.6970.FAX 954-765.6434 Merrie Meyers-Kershaw, APR Director, Community Involvement SCHOOL BOARD May 2, 2005 Clulir STEPHANIE ARMA KRAFr, ESQ. Viet Clulir BENJAMIN ). WlLLIAMS CAROLE L. ANDREWS ROBIN BARTLEMAN DARLA L. CARTER MAUREEN S. DlNNEN BBVERLY A. GALLAGHER DR. ROBERT D. PARKS MARTY RUBENSTEIN Sup.rbl/tlldt'" FRANK TILL Scott and Yvonne Rasback TransHire 3601 Commercial Blvd, Suite 418 Fort Lauderdale, Florida 33309 Dear Mr. And Mrs. Rasback: On behalf of Broward County Public Schools and the Community Involvement Department, please accept our congratulations for winning the Partnership of the Year A ward - District Level/Instructional Partnership. Your partnership exemplifieS the best of what businesses can offer our schools and the district. By providing leadership, management and financial support to the Academy of Finance, you have helped to ensure the program's continued success and growth, which will benefit students for many years to come. The Academy programs are particularly suited for in put from the business community and TransHire has demonstrated it's willingness to go beyond telling us how to make things better to actually helping to put changes into place. TransHire helped place interns, expan~ed the internship program to new businesses not previously involved, contributed to scholarships and participated in their review and scoring and, revamped the Academy's internship placement and review process. Our thanks for all the work you do to help make ours a better school district and to .provide students with the experiences'that will help to them successful members of the community. Again, congratulations on winning Partnership of the Year. ~.~~~ Merrie Meyers-Kershaw, AP1{) r Director Community Involvement ACKNOWLEDGMENT OF ADDENDA Please let this serve as acknowledgment that TransHire received and reviewed Addendum #1 issued on August 3,2005. - - EYt-\ \ ~lT \?) - - ORDINANCE NO. 2001-3301 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, 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 UVING WAGE REQUIREMENT FOR CITY SERVICE CONTRACTS AND ESTABLISHING A LIVING WAGE FOR CITY EMPWYEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFlCA nON, AND AN EFFECTIVE DATE. WHEREAS, the City of Miami Beach awards private finns contracts to provide services for the public. The City also provides financial assistance to promote economic development andjob growth. Such expenditures of public money also serve the public purpose by creating job~ expancling 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, pennanent jobs that allow citizens to support themselves and their families with clignity. Sub-poverty level wages do not serve the public purpose. Such wages instead place an undue burden on taxpayers and the community to subsidize employers paying inadequate wages by providing their employees with social services such as health care, housing, nutrition, and energy assistance. The City has a responsibility when spending public funds to set a community standard that pennits full-time workers to live above the poverty line. Therefore. contraCtors and subcontractors of City service contracts should 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 finns, 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 THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: S~CTION 1. That Division 6. to be entitled "UvinS Wage Requirements for City Contracts", of Article VI, entitled .'Procurement", of Chapter 2 of the Miami Beach City Code entitled "Administration" is hereby created to read as follow: 1 of9 Chapter 2 ADMINISTRATION ... .. ... Article VI. Procurement ... .. ... Division 6. Uvin~ Wa,.e Rcguirements for Service Contracts and City EmDlovees .. .. ... Section 2-407.R..PftII DeDnltloDS (a) "City" means the ~ovemment of Miami Beach or any authorized agents. anv board. agency. commission. department. or other entiW thereof. or any successor thereto. lb) '~overed Bmolovee" means anYOne ernploved by the <;itv or any Service Contractor. as (uIther defined in this Division. either full or part time. as an emplovee with or without benefits or as an inde>>endent con~or. (cl "Covered Emplover" means the City and llt\Y and all Service Contractors. whether contractin, directly or indirectly with the City. and subcontracton of a Service Contractor. (d) "Service Contractor" is any individual. business entity. corooration (whether for profit or not for profit). Qartnershjp.limited liability company. joint venture. or similar business who is conducting busines~ in ~ami Beach~ or Miami Dade County. and mee~ one (1) of the two (2) (oUowin, criteria: (1) The Service Contractor is: (a) paid in whole or oart from one or more of the Ci\y's 2eneral fund: capital p1'Qject finds.lpcioI revenue funds. or any other funds either di~tly or indirectly. whether by CQrnoetitive bid process. informal bids. I'CQuesta for orooosa1s. some fonn of solicitation. negotiation. or a~ment. or any other decisioJ) to enter into a contract: or (b) en~aged in the business of. or pan of. a contract to provide. a subcontract to provide. or similarlv situated to DJ"Ovicle. services. either directly or indirectlv for the benefit of the Citv. However. this doe8 not EU>J)ly to contracts related primarily to the sale of products or ~ (e) "CctVCl'e$l Services" arc the tvoe of services pwchased bv the City that are subiect to the requirements of this Division which include the foUowing: n) City Service Contracts Contracts involvin~ the City's eX'p!nditure of over $100.000 per year and which include the followinsz tvoes of servwes: (1) food preparation apdfgr distribution~ (2) security services: (3) routine maintenance services such as custodial. cleaning. com,puters. refuse removal. rellair. refinishin2. and recycling: 20f9 (4) cl~cal or other non-sQpel'Visory office work. whether ternponuy or pennanent; (S) trans.portation and warkina services: (6) printing and fCJJl:94\Jction services: (7) landscaping. Lawn. and Of aJricultural services~ and (8) park and public place maintenance (2l Should any services that are bein2 perfol'J'l1ed by Citv Emnlovees at the time this ordinance is enacted be solicited in the future bv the Ci(v to be nerformed bv a Service Contractor. s~h llervices oJtaIl be Covered Services subiect to this DiviKion. SECfION 2408. Re&IJIWd LIVING WAGE (a) Llvlnl! Waae ~~ (1) Servk:e Contraetoq, All Service Contractors. as defined by this Division. entering into a contract with tb~ City of Miami Beach shall DaV to all its employees who provide services covered by this DiYision. a living wage of no less thlUl $8.56 an hour with health benefits. or a livin, wage of not less than $9.81 an hour without health ben~fits. 88 described in this SectiOIl: (2) Cltv EmDloveea. For City Bmplo,yees under the City Day plan. the City will beJin to p,.y a livinR W82e consistent with the IlOal, and tems of this Division on phase-in basis bcpnnine in the 2001-2002 City bud,et year. increasing on an annual basis incrementally so that the Living Wq.e is fully iJQp'eIl1~ted for City employees in the 2003-2004 City budget year as may be acljusled pursuant to subsection (cl below. Thereafter. the Livinll WaRe to be oaid bv the Citv to its emDlovees shall not be subiect to the annual indexinll usinR the Consumer Price Index fW .n Urban ConRumen (CPr-In teaujred under subsection ie) ~Iow and in&tesI~ &hall be subject to neilotiations within the collective banrainintl stmcture. (b) Health BeneDa. For a Covered Bl'IlPlover or the Qtv to comnlv with the living wue provision by choosing to pay the lower Wll2C scale available when a Covered Employer also provides health benefits. such health benefits shall consist of paYment of at least $1.25 per hg,l,If ts)wards the provision of health care benefits for Cov~ Employees and their de,pendents. If the health benefits plan of the Covered Employer or the City reauires an initial period of emplovment for a new employee to ~ eliJible for health benefits (cligibili~ R2rio~P s~h Covered EmDlover or City m.y aualifv to oay the $8.56 per hour w. scale durini the new employee's initial eligibiJity period provided the new cRq)lovee will be paid health benefits upon completion of the elilibility period. Proof of the proyision of health benefits must be submitted to the awardine authority to qualify for th~ "(ale rate for employees with health benctfits, ec) Indexlnl!. The livin! wa2C will be automatically indexed each year usin, the Consumer Price Index for all Urban Consumers (CPI-ID unless the City Commission determines it would 1191 be fiscally sound to implement the CPI-U in a oarticular year. 30f9 Cd) Cerdfteatlon Reaulred Before Pavment. Any and all contracts for Covered Services shall be void. and no funds may be released. unless prior to enterina any agreement with the City for a Covered Services contract. the employer certifies to the City that it will DQy each of its emploYeeS no less than the living wage described in Section 2-408 (a). A copy of this certificate must be made available to the public ujJon request. The certificate. at a minimum. must include the followin2: (1) the name. Address. and ohoRe number of the emplover. a local contact person. and the specific DrQject for which the Covered Services contract is souiht: (2) the amount of the Covered Services contraCt and the City De,partment the contract will serve: (3) a brief description of the proiect or service provided: (4) a statement of the wa,C' levels for all emDloyees: and (5) a CQmmitment to pay all enwJoyees a livin, walle. as defined by oanuzraDh Section 2-408 (a). (el ObaervatloD or Other Laws. Every Covered Enlolovee shall be oaid not less than biweeklv. and without subsequent deduction or rebate on anv account (exceot as such oavroll deductions 88 are directed or permitted lly law or by a collective bqainin, ap-eement). The Covered Employer shall pay Covered Employees W82C rates in accordance with federal and aU other applicable laws such as overtime and similar waJe laws. (f) PostInR. A copv of the livin, wa2C raIe shall be kept posted bv the Covered BmDloycr at tbe site of the work in a prominent place where it can easilv be seen and read by the Covered Employees and shall be supplied to the employee within a reasonable time after a request to do so. Postin2 requirements will not be required where the Covered Emplover tRints the followine statements on the front of the Covered Bmolovee's first oaycheck and evety six months thereafter: ny ou are reauired by City of Miami Beach Jaw to be paid at least S8.56 donars an hour. If you are not paid this hourly rate. contact your emplQvcr. an attornev. or the City of Miami Beach." All notices will be printed in English. ~oanish. and Creole. (2) Collective RR1'GIIl1n.... Nothin2 in this Division shall be read to ~re or authorize anv Covered ElllPloycr to reduce w~es set by a collective barpining agreement or are required under any prevailin~ wag~ law. 40f9 SECTION 2-409. ReseRed IMPLEMENTATION (a) Procurement SDedftcations. The livinR waRe shall be reauired in the Drocurement specifications for all City service contraCts for Covered Services on which bids or DI'Op>S8ls shall be solicited on or after the eff~tive date of this Division. The orocurement specifications for aoolicable Covered Serviccrs contracts shall include 8 reauirement that Service Contractors and their su~ontractors agree to produce all documents and records relating to payroll and compliance with this Division uoon reauest from the City. All Covered Service contracts awarded subsequent to the date when this Division becomes effective. shall be subiect to the requirements of this Division. (b) Information Distributed. All reauests for bids or reaueats for orooosals for Covered Services contracts of $100.000 or more shall include aoorooriate infonn.tion about the requirements of this Division. (c) Malntenanee of Payroll Reoords. Each Covered Bmolover shall maintain oavrolls for all Covered Employees and basic records relatin~ thereto and shall preserve them for a period of three (3) vears or the tenn of the Covered Services contract. whichever is ereatcr. The records shall contain: (1) the name and SIIt1c11'PJlS of each Covered Employee: (2) the iob title and claasification: (3) the number of hours worked each day: (4) the emss w8lC'S earned and deductions made: (5) annual wa,es paid: (6) a cQPv of the social security returns and evidence of oavrnent thereof: (7) a record of mnRe benefit payments includinll contributions to 89j)roved plans: and is) any other data or infonnation this Division sh041d reqJlire from time to time. Cd) ReDOl1Ioll PavroU. Every six (6) months. the Covered Bmolover shall file with the Procurement Director a comnlete D8vroll showinsr the Covered Bmplover'll Davroll records for each Covered Ernolovee worldnsr on the conttact(s) for Covered Services for one oavroll neriod. Uoon reouest from the City. the Covered Employer shall produce for in$pCCtion and COJ'yin8 its DayroU records for any or all of its Covered Employees for any period covered bv the Covered Service contract. The Citv mav examine oavroll records as needed to ensure comnliance. SECTION 2-410. Reserved COMPLIANCE AND EJSFORCEMENT. (a) Service Contractor to Coooerate. The Service Contractor shall oennit City emolovees. apla. or representatives to observe work bein~ performed at. in or on the proiect or matter for which the Service Contractor has a contract. The City reJlresentatives may examine the books and records of the Service Contractor relating: to the employment and oayroll to detennine if the Service Contractor is in comoliance with the provisions of this Division. Sof9 (b) ComDlaiDt ProeecIures and SaDetloDs. (1) An employee who believes that this Division ll1)j)lies or Bpolied. to him or her and that the Service Contractor. or the City. is or was not colllPlying wi\t1 the requirements of this Division has a ri~l to file a cODlPlainl with the Procurement Di~tol' of the City. Complaints by employees of alleeed violations may be made at any time and shall be investigated within thirty (30) ~ys Qy the City. Written and oral statements by an employee shall ~ treated as confidential @I'd shan not be disclosed wj1Jtoyt the written consent of tile cDlPloyee to the extent ~Jowed bv the Florida Statutes. (2) An\' individual or entitv may also file a complaint with the Procurement Director of the City on behalf of an cmglovee for investigation by the City. (3) It shall be the responsibility of the Citv to investi28te all alleptions of violations of this Division within thirty (30) daYS. If. at any time. the CUy. upon investisation determines that a violation of this Division has occurred. it shall. within ten (0) workin, ~s of a flndin, of non-compliance. issue a notice of corrective action to the employer ~ifying all areas of non-com,pliance and deadlines for resolutions of the identified violations. If a Service Contractor fails to comply with any notice issu'id. the Citv Mana,er or the City Man.r'. designee max ~ue an order in writinR to the Service Contractor. by certific4 mail or hand deliver\'. notifYing the Service Contractor to.,,pear at an administrative hearin~ before the City Manaler or the City Manager's desi8Dcc to be held at a time to be tixed in such order. which date shall be not less than five (S) days after service thereof. (4) The proccedin" shall be informal. but ,hall afford the Service Contractor the ri2ht to testify in the Service Contractor"s own defense. ~t wimcsses. be reoresentcd by counsel. submit relevant evidence. ClOSS examine witnesses and object to evidence. (5) The proceedina~ lb~n be ~orded and minutes ktmt by the City. Any Service Contractor l'CQ.QirinlJ verbatim minutes for iudicial review may amm,e for the serviccs of a coun reDorter at the exoensc of the Service ~ontractor. (6) Within ten (10) ~ys of tbe close of the heariniL the Citv Manuel' or the Citv Manager's desisnee shall render a decision in writing determiOioC whether or not the Service Contractor is in compliance. or whether other actiQn ~oQld be taken. or whether the matter should be continued. as the case mav be. and statin2 the reasons and findings of fact. (7) The Citv Manatef or the City Manascr"s desiimce shall file findings with the qJy Clerk. SIld shall send a true and correct CQlJY of his order by certified mail. return receipt requested. or by band delivcIY. to the business address as the Service Cpntractor shall designate in writinR. (8) The City Manag~'s or designee's flndin,s shall constitute the tip! administrative action of the City for purooses of iudicial review under state law. 60f9 (9) If a Service Contractor fails to seek timely appellate review of an order of the Citv Manuer or the City Manlier's desiptee. or to comDlv timelv with such order. the City may Dursue the enforcement of sanctions set forth in Section 2- 410 (e). (c\ Private JllIdtt of Action Ani... Service Contraetor Anv Covered EmDlovee of or fanner Covered Bmolovee of a Service Contractor may. instead of ulilizinll the City administrative orocedure set forth in this Division. but not in addition to such orocedute. brim! an action bv filinll suit auinst the Covered Emnlover in any court. of ~omoetent iurisdiction to enforce the Drovisions of this Division and mav be awarded back Day. benefits. attorney's fees. and costs. The anplicable statute of limitations for such a claim will be two (2) vears as omvided in Florida Statutes Section 95.1 H4)(c\ for an action for naYrne"t of wailes. The court may also imoose sanctions on the Service Contractor. includinll those oersons or entities aidinll or abettinsr the Service Contractor. to include walle restitution to the affected Covered EmDlovce and damaRes oavable to the Covered Bmolovee in the sum of un to S500 for each week each Service Contractor is found to have violated this Division. (d) Sanctions A_nit Service Contractors. For violations of this Division. the City s~an sanction a Service Contractor bv recJuirinj the Service Contractor to pav wa~ restitution at the employers e~pense for each affected employee and mav access the fOllowinJ: (1) The City ~ impose darna2es in the sum of $500 for each week for each emplovee found to have not been paid in accordance with this Division~ and/or (2) The Gty ~v suanend or terminate oavment under the CQvered Services contract or terminate the contract with the Service Contractor: and/or (3) The City may declare the emoloyer ineliRible for future service contracts for three (3) years or until all oenalties and restitution have been paid in full. whichever is loottel'- In addition. all emDloyers shall be inelipble under this section where principal officers of the employer were principal officers of an emploY9r who violated this Division. (el Publk Record of Sanctions. All such sanctions recommended or imposed shall be a matter of public record. (f) Sanctions for Aidlnl! and AbeUinl!. The sanctions in Section 2-410 ee) shall also aODly to any partv or parties aidin, and abeltin, in any violation of this Division. CJl Retail_lion and Dlserlmlnadon Barred. A Covered Bmolover shall not dischlU'2c. reduce the compensation. or otherwise discriminate asaina\ any Covered Emoloyee for making a colI\Plaint to the City. or otherwise assertin, his or her rillhts under this Division. participatimr: in any of its proceedinp or using any civil remedies to enforce pis or her limts under this Division. AIleutions of retaliation or discrimination. if found true in a oroceeding under paralmlph (b) or by a court of competent iurisdiction under paraJl'~h eel. shall Mault in an order of restitution and reinstatement of a dischanled Covered Bmplovec with back ~y to the date of the violation or such other relicf as deemed ~p'pm'priate. 70f9 (h) Enfol'ameDt Pow.... IT necessary for the enforcement of this Division. the Citv I.M81RIV Commission may issue su~nas. corrwel the attendance and testimony of witnesses and oroduction of books. oaoers. recorda. and documents relatin, to pavroll records necessmy for hearinll. investigations. and proceedings. In case of disobedience of the subj)OCna. the City Attornev mav apolv to a court of competent iurisdiction for an order requirin2 the attendance and testimonv of witnesses and production of books. papers. records. and documents. Said court. in the case of the refusal to obey such sub})oena. after notice to the person sub,poenaed. and upon finding that the attendance or testimony of such witnesses of the production of such books. naoc1'8. records. and documents. as the case may be. is relevant or necessary for such hearings. investiptions. or procecdinBs. mav issue an order requirin2 the attendance or testimony of such witnesses or the production of such documents and any violation of the court's order ItU\Y be punishable by the court as contempt thereof. (j) Remedies Herein Non.Excluslve. No remedv set forth in this Division is intended to be exclusive or S p1'Cl'CQuisite for asse11ing s claim for relief to enforce the rilhts under this Division in scoura onaw. This Division shall not becon.trued to limit an emolovee's ript to brinll a common law cause of action for wrongful termination. SECTION 2. REPEALER. All ordinances or parts of ordinances in contlict herewith be and the same are hereby repealed. SECTION 3. SEVERABIUTY. 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 Ordinance shall become and be made a part of the Code <?f the City of Miami Beach, Florida. The sections of this Ordinance may be returned. 80f9 SECTION 5. EFFECTIVE DATE. This Ordinance shall take effect on the 28th day of April , 2001. PASSED and ADOPl'ED this..!.!!.!!.. day of April, 2001. JlJtJ MAYOR ATTEST: (41 u.uY fa L c.iLt--L CITY CLERK 1st reading 2nd teading XX Ordinance No. 2001-3301 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 4JI ~Yl)( '/- 1;:-0 L 1Ial1IIYaIIIUII~"'-~".___" 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 IIADMINISTRATION"; BY AMENDING ARTICLE VI, ENTITLED 4IPROCUREMENT"; BY AMENDING DIVISION 6, ENTITLED .ILlVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES";BY AMENDING SECTION 2-408(b), ENTITLED "HEAL TH BENEFITS", THEREIN, TO PRESCRIBE A MAXIMUM PERIOD OF TIME FOR THE llELlGIBILITY PERIOD", AS SAME IS DEFINED THEREIN, UNDER WHICH A COVERED CONTRACTOR MAY QUALIFY TO PAY ANEW EMPLOYEE THE $8.56 PER HOUR WAGE SCALE; PROVIDING FOR REPEALER, SEVERABILITY, 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 allow 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 as health care, housing, nutrition, and energy assistance; and WHEREAS, the City has a 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 "Procuremenf', of Chapter 2, entitled "Administration, of the Miami Beach City Code is hereby amended to read as follows: Chapter 2 ADMINISTRATION It * .. Article VI. Procurement * It * Division 6. Living Wage Requirements for Service Contracts and City Employees .. .. . SECTION 2408. LIVING WAGE . . . (Ii) Health Beneftts. Far a CO'.-erec;J EFApl9Yer or ttle Cit}' ta 6amply with the Uving wage pF9'Jision by sha9sing to pay the lawer "''I8ge seale availaBle ...vllen 8 CO":eres limpleyer also pFevises l=lealtJ::\ BeRsfite, SWGl=ll=lealtl:l benefits 81=1811 seAslet af paylflent ef at least $1.25 per hewr te>J:ards tl=le plV:lslen ef l:Ie81tl:l EMue benefit6 far Ce~/eF8EI limpleyeee ans their depeAdents. If the l:Iealth benefits plan ef the Cevered impleyer 9r the City requires aR initial peRea of empleyment for a Rew eMpleyee te be eligible far I=lealth beRefits {eligibility period) SII61:1 Cayered Iimpleyer sr City may Etyalify te pay tho $8.58 per I:Icnu wage sGale dulling tl=le Rew empleyee's eligiBIlit}. perias p~:ised tl=le n&V.' eMpleyea \-vill be fJaiEll:lealtl=l Benefits \:Ipsn 69R1pletlen ef the eligiBility peRed. PFgef ef Ule f)Fevisien ef health geRem& myst be syl;amitted te 'he a'."I8rdiR8 allltl:lerltyte EtYali~'fertl:le '::age Fate for empleyees with health b9F1efits. lb} Health Benefits: ellalbllllY oar.od. For a Covered Emelover or the Citv to comoty with the liyinc wace orovision bv chooslna to Day the lower wace scale available when a Covered Emelover also orovides health benefits. such health benefits shall consist of pavment of at least $1.25 oer hour toward the provision of health benefits for Covered Emoloyees and their deDendents. ,. If the health benefits clan of the Covered Emolover or the Citv reauires an initial oeriod of emcloyment for a new emolovee to be eliaible for health benefits (eliaibllity period) the lIylna wage ol'Ovision shall be comoliad with as follows durina the eligibility cened: (1) Provided the new emolovee will be cald health benefits uoon the comeletion of the eli:i1ity Deriod. a Covered Em clover or the City may only Qualify to D8V the $8.56 _ r hour wace scale for a term not to exceed the first ninety ~O) davs of the new emoloyee's ellaibillty Deriod. said term commencinc on the emolovee's date of hire. (2) If the cov~red Emolover's or the City's eliclbllitv oerlod exceeds the ninetv (90l day term _rovided in subsection (1) above. then the Covered Emolover or the Ci~. commencimJ on the ninetv first (91-) day of the new emolovee's eligibility period. must commence to oava Iivinc wace of not less than $9.81 an hour. Proof of the orovision of health benefits must be submitted to the awardlnc authority to SJualifv for the waae rata 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 Ordinance shall become and be made a 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 ~J' fttt W>> CITY CLERK .....~~,..... 1 st reading 2nd reading ...".,M'IO PORM aLANGUAGI aIQRIXECU'I1OH T~GENOA\2003\apr0903\r8gulal'\Llvlng Wage Prob Per 04 03 ord.doC Itrt1