Loading...
HomeMy WebLinkAboutUnion Temporary Service, Inc Agreement :;0)6 .,- / t~ c (/ / /;;)7& -0;:: PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND UNION TEMPORARY SERVICES, INC. FOR TEMPORARY PERSONNEL SERVICES ON AN "AS NEEDED" BASIS, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 37-04/05 THIS AGREEMENT made and entered into this //11. day of MNI//IIlI1 ,2006, by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City), a municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and UNION TEMPORARY SERVICES, INC. (hereinafter referred to as Contractor), a Florida corporation, whose address is 3325 Hollywood Boulevard, Suite #503, Hollywood, Florida, 33021. SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor. City Manager: The Chief Administrative Officer of the City. Contractor: Forthe purposes of this Agreement, Contractor shall be deemed to be an independent Contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed pursuant to or undertaken under this Agreement, as described in Section 2 and Exhibit "A" hereto. Fee: Amount paid to the Contractor to cover the costs of the Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673- 7023. 1 SECTION 2 SCOPE OF SERVICES 2.1 GENERAL The City is entering into this Agreement for temporary personnel services, on an "as needed basis", as set forth in Request for Proposals (RFP) No. 37-04/05, together with all amendments thereto (the RFP) , and Contractor's Proposal in response thereto, attached as Exhibit "A" hereto (and collectively referred to as Proposal Documents) (the Services). Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. 2.2 MIAMI BEACH ONE-STOP CAREER CENTER Contractor hereby agrees to utilize best efforts work with the Miami Beach One- Stop Career Center to recruit potential employees. 2.3 SCREENING, INTERVIEWING, TESTING AND TRAINING Contractor will be responsible for, and provide to the City, supporting documentations for screening, interviewing, testing and training of temporary personnel, to include: - In depth interview that includes job preferences, experience, goals, interest, attitudes, motivation and other work-related attributes. - Job-related tests to include typing and communication skills. - Background checks, to include drug testing, criminal checks, and credit history (for positions that may require the handling of City funds), all to be performed at the same level of stringency the City uses for screening its own employees for hire. - Verification that its employees are not convicted sex offenders. - Training employees on the City's Service Excellence Program. 2.4 INDEPENDENT CONTRACTORS For the purpose of this Agreement, Contractor acknowledges and agrees that any and all temporary personnel assigned by Contractor to provide services to the City pursuant to this Agreement shall be deemed to be independent contractors and agents or employees of the City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the City, or any right generally afforded Classified or Unclassified employees. Further each personnel shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the City, or accumulation of sick or annual leave. 2 SECTION 3 COMPENSA TION 3.1 FEE Contractor shall be compensated for the Services, as set forth in Section 2 and Exhibit "A", based on the temporary personnel services provided, as needed, by the City. The hourly rates set forth in this Agreement shall remain fixed and firm for the duration of the Agreement, subject to negotiation based on Consumer Price Index - Urban Areas (CPI-U) or City's Living Wage Ordinance (as same may be amended) rate increases. 3.2 COMPLIANCE WITH CITY'S LIVING WAGE LAW Contractor acknowledges that it shall be required to compliance with the City's Living Wage Ordinance, pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time. At the commencement of this Agreement, pursuant to the City's Living Wage Ordinance currently in effect, Contractor shall be required to pay all employees who provide services pursuant to this Agreement, a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits for a total minimum value of $9.81 an hour, or a living wage of no less than $9.81 an hour without health benefits. Contractor's failure to comply with this provision shall be deemed a material breach under this Agreement, under which the City may, at its sole option, immediately terminate the Agreement, and may further subject Contractor to additional penalties and fines, as provided in the City's Living Wage Ordinance, as may be amended. The most recent copy of the City's Living Wage Ordinance is attached as Exhibit B hereto; notwithstanding the preceding, it shall be Contractor's sole responsibility and obligation to familiarize itself with the Living Wage Ordinance, as well as any subsequent amendments thereto. 3.3 TEMPORARY TO PERMANENT In the event that that the City, at its sole discretion, elects to employ a temporary employee, no fee and or penalty of any kind (resulting from the change in status of the temporary employee from temporary to permanent), shall be assessed by the Contractor. 3.4 INVOICING Contractor is required to furnish the following information on its invoices for temporary personnel supplied to the City: - Purchase Order number issued by the City's Procurement Division - Department and location within the City of temporary services provided - Full name of individual performing the service - Job classification - Number of hours worked, by date 3 All invoices are subject to verification, approval, and processing by the City department requesting the temporary personnel. 3.3 METHOD OF PAYMENT Payments shall be made for Services satisfactorily rendered within thirty (30) days of the date of proper invoice. Contractor shall provide invoices in duplicate to the manager or department head of the City department utilizing the temporary personnel for which the invoices are for. With a copy to: City of Miami Beach Accounts Payable Department 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONTRACTOR With respect to the performance of the Services, the Contractor shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. In its performance of the Services, the Contractor shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, State of Florida, and Federal Government. 4.2 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein. 4.3 DURATION AND EXTENT OF AGREEMENT The term of this Agreement shall be for an initial term of two (2) years commencing on the last date of execution of the Agreement by the parties hereto. At its sole discretion, the City may renew this Agreement upon the same terms and conditions, for up to two (2) additional one (1) year renewal options, upon thirty (30) days written notice to Contractor (such notice to be provided prior to the end of the initial term or a renewal term, as the case may be). 4.4 TIME OF COMPLETION The Services to be rendered by the Contractor shall commence upon receipt of a Purchase Order from the City, subsequent to the execution of the Agreement. The Services shall be ongoing for the Term of the Agreement, on an as needed basis. 4 4.5 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its employees, agents, sub-contractors, or any other person or entity acting under Contractor's control, including without limitation any and all temporary personnel assigned to the City pursuant to this Agreement, in connection with the Contractor's performance of the Services pursuant to this Agreement; and to that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's Indemnity Agreement. The Contractor's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4.6 TERMINATION, SUSPENSION AND SANCTIONS 4.6.1 Termination for Cause If the Contractor shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular terms of this Agreement and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City, upon thirty (30) days' notice to Contractor, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall additionally be entitled to bring any and alllegallequitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 5 4.6.2 Termination for Convenience of City NOTWITHSTANDING SECTION 4.6.1, THE CITY MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN REQUEST FOR PROPOSALS NO. 37-04/05, TOGETHER WITH ALL AMENDMENTS THERETO, AND CONTRACTOR'S PROPOSAL RESPONSE, ATTACHED HERETO, SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONTRACTOR'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BYTHE CITY AT ITS DISCRETION, UP TO THE DATE OF TERMINATION. PROVIDED, HOWEVER, THAT AS A CONDITION PRECEDENT TO SUCH PAYMENT, CONTRACTOR SHALL DELIVER ANY AND ALL DOCUMENTS, MATERIALS, ETC, TO CITY, AS REQUIRED HEREIN. 4.6.3 Termination for Insolvency The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.6.2. 4.6.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City, Miami- Dade County, and / or the State of Florida, as applicable, may determine to be appropriate, including but not limited to, withholding of payments to the Contractor under the Agreement until the Contractor complies and/or cancellation, termination or suspension of the Agreement. In the event the City cancels or terminates the Agreement pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.6.2. 4.7 CHANGES AND ADDITIONS Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Contractor. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City. 6 4.8 AUDIT Contractor shall keep such records and accounts and require any and all subconsultants to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hour charge to the City. All books and records relative to the Agreement, and the Services to be provided herein, shall be available at all reasonable times for examination and audit by the City and shall be kept for a period if three(3) years after the completion of all work / Services to be performed pursuant to this Agreement. The City reserves the right to perform audit investigations of the Contractor's payroll, and any other records, of employees assigned to the City. The City's audit rights shall include, without limitation, ascertaining Contractor's compliance with screening, interviewing, testing, and training requirements( pursuant to subsection 2.3) and the City's Living Wage Law. Contractor shall maintain any and all records necessary to document compliance with the provisions of this Agreement, and shall make available to the City, upon request; such records for audit and examination relating to all matters covered by this Agreement. 4.9 INSURANCE REQUIREMENTS Contractor shall obtain, provide and maintain during the term of the Ag reement the following types and amounts of insurance which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. (Any exceptions to these requirements must be approved by the City's Risk Management Department prior to implementation of same): 1. Commercial General Liability: A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000 Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. 2. Worker's Compensation: A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws as required per Florida Statutes. Said policies of insurance shall be primary to and contributing with any other insurance maintained by the Contractor or City, and shall name the City and the officers, agents and employees of said organizations as additional insures under this Agreement. Policies cannot be canceled without thirty (30) days prior written notice to the City. The Contractor shall file and maintain certificates of all insurance policies with the City's Risk Management Department showing said policies to be in full force and effect at all times during the term of the Agreement. No work shall be done by 7 Contractor during any period when it is not covered by insurance as herein required. Such insurance shall be obtained from brokers or carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by the City's Risk Manager prior to commencement of any work or services under the Agreement. If any of the required insurance coverages contain aggregate limits, or apply to other operations of the Contractor outside the Agreement, Contractor shall give City prompt written notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. The Contractor shall further take immediate steps to restore such aggregate limits or shall provide other insurance protection for such aggregate limits. 4.9.1 Failure to Procure Insurance Contractor's failure to procure or maintain required insurance coverage shall constitute a material breach of Agreement under which City may, at its sole option, immediately terminate the Agreement. 4.10 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Contractor shall not subcontract, assign, or transfer any work under this Agreement in whole or in part, without the prior written consent of the City. 4.11 SUB-CONTRACTORS The Contractor shall be liable for the Contractor's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of any and all sub-contractors, and any other person or entity acting under the direction or control of the Contractor including with out limitation, any and all temporary personnel provided in the City pursuant to the terms and conditions of the Agreement. When the term "Contractor" is used in this Agreement, it shall be deemed to include any sub-contractors and any other person or entity acting under the direction or control of Contractor. For the purpose of this Agreement, Contractor acknowledges and agrees that any and all temporary personnel assigned by Contractor to provide services to the City pursuant to this Agreement shall be deemed to be independent contractors and not agents or employees of the City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the City, or any rights generally afforded Classified or Unclassified employees. Further, each personnel shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the City, or accumulation of sick or annual leave. 8 4.12 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, physical handicap, or sexual orientation. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, disability, or sexual orientation. 4.13 CONFLICT OF INTEREST The Contractor agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly are employed by the Contractor. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.14 PATENT RIGHTS; COPYRIGHTS; CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Contractor or its employees or sub-contractors, without the prior written consent of the City. 4.15 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). 9 Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Union Temporary Services, Inc Attn: Wendy M. Blanton Vice President 3325 Hollywood Boulevard, Suite #503 Hollywood, Florida 33021 (954) 893-1141 TO CITY: City of Miami Beach Attn: Mayra Buttacavoli Director, Human Resources and Risk Management 1700 Convention Center Drive Miami Beach, Florida 33139 (305) 673-7520 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.16 LITIGATION JURISDICTIONNENUE This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. BY ENTERING INTO THIS AGREEMENT, THE CONTRACTOR AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 4.17 ENTIRETY OF AGREEMENT This Agreement and all exhibits hereto including without limitation, Request for Proposals (RFP) No. 37-04/05, together with all amendments thereto, and Contractor's response to the RFP (the Proposal Documents), shall embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superceded hereby. Request for Proposals No. 37-04/05, together with all amendments thereto, and Contractor's Proposal in response are hereby incorporated by reference into this Agreement, as Exhibit "A" hereto; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. 10 4.18 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $1,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $1 ,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of $1,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. 4.19 COMPLIANCE WITH APPLICABLE LAWS The Contractor, its subcontractors, agents and employees, including with out limitation, any and all temporary personnel assigned to the City pursuant to this Agreement, shall comply with all applicable Federal, State, Miami-Dade County and City Laws, and with all applicable rules and regulations promulgated by local, state and national boards, bureau and agencies as they relate to the Agreement and lor the provision of services hereto. 11 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. By: llilwJ p~ City Clerk Robert Parcher ACH, FLORIDA FOR CITY: ATTEST: 5f.7P-hvu/JJ t-iL ~ ')-{){) b Date sYprb-7Mg./Ee ~/ ?-tJot Date FOR CONTRACTOR: UNION TEMPORARY SERVICES, INC. ATTEST: BY:~ p.,.ifJ~ Secretary Vice Pre i ent al Signature/Title Melissa McCoy Print Name Wendy M. Blanton Print Name August 16, 2006 Date August 16, 2006 Date Attachments: Exhibit "A" -Request for Proposals No. 37-04/05, Addendum No. 1 thereto, and Contractor's response to the Proposal. Exhibit "B" - City of Miami Beach Living Wage Ordinance No. 2001-3301 and Ordinance No. 2003-3408. APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 12 ~b I Y Attorney ~ Date .:=: E)( H ,a f\ ~:::. Miami Beach ***** mr CITY OF MIAMI BEACH ~ - 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.mlamibeachfl.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 w\ovw .miami beachfl.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, FLORI DA. 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/scriDts/southflorida/Dublic/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 DA TE: 8/3/05 2 CITY OF MIAMI BEACH PamelaLeia~miamibeachfI.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 THA T THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000- 3234. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES WHO PROVIDE SERVICES COVERED BY THE RFP, SHALL BE PAID A LIVING WAGE OF NO LESS THAN $8.56 AN HOUR WITH HEALTH BENEFITS, OR A LIVING WAGE OF NO LESS THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT 1"0 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. miamibeachfl. gov/newcity/depts/purchase/bidi ntro. asp. CITY OF MIAMI BEACH . ~.", Gus Lopez, CPPO, CPPB Procurement Director RFP NO. 37-04/05 DA TE: 8/3/05 3 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139 'A'WW miamibeachfl gOY PROCUREMENT DIVISION Telephone (305)673-7490 F'C:llmile (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 proposal .2! this completed form, may result in your company being removed from the City's bid list. RFP NO. 37-04/05 DA TE: 8/3/05 4 CITY OF MIAMI BEACH TABLE OF CONTENTS SECTION PaQe(s) I. OVERVIEW AND PROPOSAL PROCEDURES 6-11 II. SCOPE OF SERVICES 12-14 III. PROPOSAL FORMAT 15 IV. 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: 113,.5 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 num,ber, RFP number and title, and proposal due date. The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the Proposer. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. PROPOSALS RECEIVED AFTER THE PROPOSAL DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. RFP NO. 37-04/05 DA TE: 8/3/05 6 CITY OF MIAMI BEACH D. PRE-PROPOSAL SUBMISSION MEETING A PRE-RFP submission conference has been scheduled as follows: Date: August 16, 2005 Time: 10:30 a.m. Place: City Manager's Large Conference Room located at City Hall, 1700 Convention Center Drive, 4th Floor, Miami Beach, Florida, 33139. E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA The contact person for this RFP is Pamela Leja at phone: 305-673-7490; fax: 305-673-7851; or e-mail: PamelaLeja@miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or consultant and the Procurement Division is limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the Procurement Coordinator, with a copy to the City Clerk, no later than the date specified in the RFP timetable. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations other than those made in this RFP or in any written addendum to this RFP. Proposers should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. F. MODIFICATIONIWITHDRAWALS OF PROPOSALS A Proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date and time. Modifications received after the proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the proposal due date or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date and letters of withdrawal received after contract award will not be considered. G. RFP POSTPONEMENT/CANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, Proposals; re-advertise 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 DA TE: 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 I may result in forfeiture of that portion of any surety required as liquidated damages to the City. VVhere surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. o. CONFLICT OF INTEREST All Proposers must disclose with their proposal the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer or any of its affiliates. P. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist laws. as amended from time to time. Proposers shall ensure that all City of Miami Beach Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed herein, in addition to disqualification of their Proposals, in the event of such non-compliance. Q. PROPOSER'S RESPONSIBILITY Before submitting proposal, each Proposer shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract documents, and will not be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the Proposer. RFP NO. 37-04/05 DA TE: 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 DA TE: 8/3/05 10 CITY OF MIAMI BEACH member of the person's immediate family, or through a political action committee, or through any other person on behalf of the person. This prohibition applies to natural persons and to persons who hold a controlling financial interest in business entities. w. CODE OF BUSINESS ETHICS Pursuant to Resolution NO.200Q-23879 each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. x. AMERICAN WITH DISABILITIES ACT Call 305-673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305-673-7080. Y. ACCEPTANCE OF GIFTS, FAVORS. SERVICES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFP NO. 37-04/05 DA TE: 8/3/05 11 CITY OF MIAMI BEACH SECTION" - SCOPE OF SERVICES A. GENERAL The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis", as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. B. TERM OF CONTRACT The contracts shall commence after the approval of the Mayor and City Commission . and shall remain in effect for a period of two (2) years. Providing that the successful Agencies will agree to maintain the same terms and conditions of the contract, the contracts may be extended for an additional two, one-year periods at the City's sole discretion. C. LIVING WAGE Pursuant to Section 2-408 of the Miami Beach City Code, all employees, who provide services covered by this RFP, shall be paid a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits for a total value of $9.81 an hour, or a living wage of no less than $9.81 an hour without health benefits, D. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT The successful Agencies' hourly rates offered in their proposal submission shall remain fixed and firm during the term of their contracts, subject to negotiation based on Consumer Price Index - Urban Areas (CPI-U) or Living Wage Ordinance rate increase. E. PAYMENT All Agencies supplying temporary personnel services to the City are required to furnish the following information on Agency invoices for the personnel supplied: 1. Purchase Order number issued by the City's Procurement Division 2. Location of temporary services performed 3. Full name of individual performing the service 4. Job classification 5. Number of hours worked, by date The invoices are subject to verification, approval, and processing by the department requesting the temporary personnel. RFP NO. 37-04/05 DA TE: 8/3/05 12 CITY OF MIAMI BEACH F. WEAR OF UNIFORM When temporary personnel are assigned to working events with the general public, they will be required to wear a uniform or a vest with the Agency's name and logo on it. G. TEMPORARY TO PERMANENT In the event that the City employs a temporary employee, damage fees (temporary to permanent charge) shall not be assessed. H. PAYMENT The basis of the amount of the payment shall be the hourly rate per hour times the number of hours worked. Overtime will be considered after forty (40) hours of work per week according to the Fair Labor Standards Act. The hourly rate quoted includes all overhead, profit and benefit costs to the Agencies, including employee's hourly rate, which will be in accordance with the City's Living Wage Ordinance. I. PERSONNEL INTERVIEW AND SELECTION The City's representative(s) and successful Agencies shall mutually agree on the job description, minimum qualifications, duties and responsibilities for each position as needed. The City has the option to request more than one person at a time for any specific assignment to interview and select the best candidate for that specific assignment, at no cost to the City. J. MIAMI BEACH ONE STOP CAREER CENTER All temporary personnel services firms that are being recommended for award have agreed to work with the One-Stop Career Center to recruit potential employees. By working together with the Center, the City can insure a larger pool of qualified workers, and support the work of the Center in helping secure gainful employment for unemployed and under employed Miami Beach residents. K. QUALIFICATION In the event that any personnel from the successful Agencies assigned to the City are found to be unqualified for any specific assignment, the City has the right to return such employee at no cost to the City. The City shall be the sole judge of the individual's qualification and its decision shall be final. RFP NO. 37-04/05 DA TE: 8/3/05 13 CITY OF MIAMI BEACH L. HOLIDAYS The City's holiday schedule shall be observed. In the event that the City requires a temporary employee to work on a holiday observed, the day shall be paid at the overtime rate. It is the responsibility of the using DepartmenUDivision to notify the temporary Agencies prior to a temporary employee working on Saturday, Sunday, Holiday or any overtime, M. EMPLOYEES ARE RESPONSIBILITY OF AGENCIES All employees of the Agencies shall be considered to be, at all times, the sole employees of the Agencies under its sole direction and not an employee or agent of the City. The Agencies will supply competent and physically capable employees. The City may require the Agencies to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on the City's property is not in the best interest of the City. Each employee shall have and wear proper identification. The employees utilized under the resulting contract will be provided with and shall follow all policies and procedures of the City. N. SCREENING, INTERVIEWING. TESTING AND TRAINING The Agencies will be responSible for screening, interviewing, testing and training to include, but not be limited to: 1. In-depth interview that includes job preferences, experience, goals, interests, attitudes, motivation and other work-related attributes. 2. Job-related tests to include typing and communication skills. 3. Background checks to include drug testing, criminal checks, and credit history (for positions that may require the handling of City funds). 4. Verification that their employees are not convicted sex offenders. 5. Training employees on the City's Service Excellence program. o. AUDIT The City reserves the right to perform audit investigations of the Agencies' payroll and related records of employees assigned to the City to ascertain that such employees' records indicate payment received for the specific hours worked for the City pursuant to the Living Wage requirements, P. TEMPORARY POSITIONS The required listing of temporary positions and their associated job descriptions is included in this RFP and labeled 'Temporary Personnel Services Position Descriptions." RFP NO. 37-04/05 DATE: 8/3/05 14 CITY OF MIAMI BEACH SECTION III - PROPOSAL FORMAT The items marked by an asterisk (*) are required as part of the Proposal. If these items are omitted, Proposer must submit within five (5) calendar days upon request from the City, or the Proposal shall be deemed non-responsive. All other items must be submitted with the Proposal or it will be deemed non-responsive. 1. *Table of Contents Outline in sequential order the major areas of the proposal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. *ProDosal Points to Address: Proposer must respond to all minimum requirements listed below. Proposals which do not contain such documentation may be deemed non-responsive. . *Introduction letter designating areas of proposed services and sufficient information as to the qualifications of the proposer. . Respondents shall submit documents that provide evidence of capability to provide the services required as part of their submittal package. . *Respondents shall indicate how many years of experience their firm has in providing temporary personnel services. . Respondents must provide documentation which demonstrates their ability to satisfy all of the RFP requirements. . Respondents shall include their procedures for screening, interviewing, testing and training employees that will be placed with the City. . *Client references. List at least eight client references (name, title, company, address, telephone, 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~ob descriptions. 4. Acknowledgment of Addenda (IF REQUIRED BY ADDENDUM) and Proposer Information forms; 5. *Any other documents required by this RFP. 15 CITY OF MIAMI BEACH RFP NO. 37-04/05 DATE: 813/05 SECTION IV - EVALUATION 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. Imoortant Note: By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. ....NO. 37-04/05 DATE: 8/3/05 17 CITY OF MIAMI BEACH SECTION V . GENERAL PROVISIONS A. ASSIGNMENT The successful proposer shall not enter into any sub-contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute default by the successful proposer. B. INDEMNIFICATION The successful proposer shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attomeys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful proposer. its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful proposer shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. c. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful proposer, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful proposer of such termination which shall become effective upon receipt by the successful proposer of the written termination notice. In that event, the City shall compensate the successful proposer in accordance with the Agreement for all services performed by the proposer prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful proposer shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the proposer, and the City may reasonably withhold payments to the successful proposer for the purposes of set off until such time as the exact amount of damages due the City from the successful proposer is determined. 18 RFP NO. 37-04/05 CITY OF MIAMI BEACH DA TE: 8/3/05 D. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful proposer of such termination, which shall become effective thirty (30) days following receipt by proposer of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful proposer in accordance with the Agreement for all services actually performed by the successful proposer and reasonable direct costs of successful proposer for assembling and delivering to City all documents. No compensation shall be due to the successful proposer for any profits that the successful proposer expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful proposer upon a termination as provided for in this section. UP 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 DA TE: 8/3/05 20 CITY OF MIAMI BEACH SECTION VII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO THE CITY 1. Proposer Information 2. Acknowledgment of Addenda 3. Fee Proposal Form - Proposer shall submit their own Pricing Proposal form, pursuant to the "Personnel Services Position Descriptions" herein. Proposers are not required to submit pricing for all positions/job classifications. 4. Declaration 5. Questionnaire RFP NO. 37-04/05 DA TE: 8/3/05 21 CITY OF MIAMI BEACH PROPOSER 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 ,terns according to the best interest of the City, and to waive any irregularities in the RFP or in the Proposals received as a result of the RFP. It is also understood and agreed by the Proposer . that by submitting a proposal, Proposer shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (Printed Name) RFP NO. 37-04/05 DA TE: 8/3/05 22 CITY OF MIAMI BEACH ACKNOWLEDGMENT OF ADDENDA REQUEST FOR PROPOSALS NO. 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 DA TE: 8/3/05 23 CITY OF MIAMI BEACH DECLARA TION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this day of ,2005. The undersigned, as Proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this proposal is accepted. to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach. Florida, for the performance of all requirements to which the proposal pertains. The Proposer states that this proposal is based upon the documents identified by the following number: RFP No, 37-04/05 SIGNA TURE PRINTED NAME TITLE (IF CORPORATION) RFP NO. 37-04/05 DA TE: 8/3/05 24 CITY OF MIAMI BEACH QUESTION NAIRE 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 DA TE: 8/3/05 25 CITY OF MIAMI BEACH Members of Board of Directors: If a Partnership: Date of organization: Genera' or Limited Partners: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership t. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by Proposer ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. RFP NO. 37-04/05 DA TE: 8/3/05 26 CITY OF MIAMI BEACH Questionnaire (continued) 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes () No ( ) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not ( ) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations: To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) 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 Comm ittee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Proposals. (Use additional sheet if needed) RFP NO. 37-04/05 DA TE: 8/3/05 28 CITY OF MIAMI BEACH Questionnaire (continued) The Proposer understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the Proposer to be true. The undersigned Proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Proposer, as may be required by the City Manager. The Proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the Proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESS: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESS: IF PARTNERSHIP: Signature Print Name of Firm Print Name Address By: General Partner Print Name WITNESS: IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President (CORPORA TE SEAL) Attest: Secretary RFP NO. 37-04/05 DA TE: 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 Tvoist 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 m ulti-ethniclmulti-cultural environment. RfP NO. 37-04/05 DA TE: 8/3/05 30 CITY OF MIAMI BEACH 6, Clerk 1/1 Three year experience in skilled typing and general clerical work, accounting & bookkeeping. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs, Must have ability to work in a multi-ethniclmulti-cultural environment. Must type a minimum of 40 wpm. 7. Bookkeeoer / Accountina Clerk" Three years experience in accounting, supplemented by course work in accounting or bookkeeping; or any equivalent combination of experience and training. Must have ability to work in a multi-ethniclmulti-cultural environment. 8. Customer Service Reos I Comolaint Ooerator 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 / 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 DA TE: 8/3/05 31 CITY OF MIAMI BEACH 13, Plumber Skilled work at the journeyman level as plumber with certificate of competency as a journeyman in the plumbing trade, 14. Service Worker Advanced and responsible manual labor duties of a skilled nature. 15. Ale Mechanic Skilled work at the journeyman level in the installation, maintenance and repair of air conditioning equipment, ~nd related apparatus, 16. Painter Skilled painting work at the entry level in the construction, maintenance and repair of city facilities. 17. Buver Specialized technical, clerical and administrative work in the purchasing of assigned commodities, Reviews purchase requests, assists with procurement problems, and solicits quotations, Enters information for issuance of purchase orders. RfP NO. 37-04/05 DA TE: 8/3/05 32 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.goy 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 Tuesday. 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. 55-00/01 in September 2001 Is attached. Not all of these agencies are currently providing services to the City. 3) Questions and Answers: Question #1: Will the City provide a breakdown of expenditures to temporary agencies for the past year? Can this be broken out by office work vs. outdoor/tradesman/manual labor? Answer #1: In round numbers, the City paid approximately the following dollar values to temporary personnel agencies: FY2005 FY2004 FY2003 $1.1 million $1,3 million $1,2 million There exists no specific breakdown of the number of temporary employees that the City utilized or currently utilizes, that can be provided in a report format. II is estimated that at about 50% of the City's expenditures to temporary personnel agencies have been for office work; and about 50% have been for outdoorltradesman/manuallabor type positions. Question #2: As there are various methods of performing them, how extensive should the background checks be that the agencies perform? Are backgrounds performed at both the State and Federal level? How does the City handle foreign national background checks? Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel Answer #2 The City conducts a background check consisting of a criminal background. This would include a check for the state of Florida, and any other states in which the person has lived. If a nationwide check is done, this would pull up any information about the person that was ever entered into the judicial system anywhere within the United States. It would not include anything that they may have done abroad if they came from another country. The City has no way of obtaining accurate information regarding an international criminal check. It is also mandatory to screen to see whether the person is a registered sexual predator. Question #3: What is the City looking for in a background check? Answer #3: We are looking for any crimes that the person may have committed. We look at the disposition and look for a disposition of "guilty". If the disposition is adjudication withheld, or if the person pled nolo contendere, then we will consider the nature of the crime, when it was committed, and the overall picture. We look for things like violent crimes. Le. domestic violence, crimes of a sexual nature, etc. Some of these individuals may be working with or around children, and so we need to be mindful of the children's safety. We also look for crimes involving perjury or falsification of documentation or information, Question #4: Can you address the issue of performing background checks on foreign nationals, and the questionable feasibility of performing accurate checks in other countries? Answer #4: The only way that any international criminal background information can be obtained, is if the country in which the crime was committed has communicated this information to Interpol. (Interpol is like a clearing house which logs criminal information about people from other countries. This is usually done only by countries that have a relationship with Interpol. It is not possible to verify the accuracy of any of the information that Interpol receives,) If Interpol has received any information, they would communicate this to the United States via the F.B.1. Thus, a nationwide check would reveal such information. Question #5: What type of drug testing must be performed on all temporary personnel prior to assignment to the City? Answer #5: A five panel test, which must have negative results, consisting of the following: Initial Test Level GS/MS Confirm Test Level Amphetamines Cocaine Metabolites Marijuana Metabolites Opiates Phencyclidine 1000 ng/mL 300 nglmL 50 nglmL 2000 nglmL 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..()4/05 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 37-04105 Temporary Personnel 3 o J, &t) CD r- w () ~ W rJJ ...J W Z Z o rJJ cr: w a... >- cr: ~ o a... ~ w I- W o u: u. o - - ~ 0 0 Q) 0 0 0 CO 0 0 It) 5'5 CO 0 N ~ 10 10 It) N "! ..- IX:! IX:! N ,... N <0 ~ "! N or- ~ 0> O'? a:: ri "It N C") <0 .,; N -i ,..: ,.... ai "It l"'i t'? or- l"- aD M UJ ..... ..... ..... ..... ,... .... .... or- ..... .... or- ..... ..... ..- ..... ...- ..... ..... ...J to't ~ fo/t to't ~ bit ..... W ~ W to't ..... ~ ..... t.9 .... In U) (J - - ~ ~ It) "It C") 0 C") CO 0 0 It) C!i ~ ~ N 0 0 ~ ~ ~ .... \l1 'It; CO ..... "! 0 < 10 "'-: ~ ...- ~ W ,... M N M It) N N M Lti z -.i M ..- N or- U) N N ..... ..... .... ..... .... ..... .... .... ..- ..- .... ..- ..... ...- ..... ...- .... ...J ..... ..... ~ ..... ..... ..... W W ~ .... ..... ..... .... .... W .... ..... (,) ~ 0 - - 0 :.: It) It) GO ~ 0 U) CD 0 8 :g 0) U) f8 ~ U) ~ ~ << ~ N ~ ~ CD .... 'It; c( C'f CO? (7) w ..... l'? ,... l'? "It N N N .. Z ooi N .... N .... ..,r or- N ...J ..... .... .... .... .... ..- .... .- ..... .... .- .- ..... ...- ..... or- .- (,) to't ..... ..... M ..... .... .... .. - .... .... .... .... .... .... .... .... , In ~ II) II) M 0 0 ~ CD .- It) It) ~ II) f8 ~ 10 ,... ; ~ "! ~ co ~ .... aq .... oc( It) CO? co C") :!I.:: ..- M ..... l'? II) N N N an z .. c.; 0r- e-.; or- cO l'? N ..... ...- .... .- .... ..... or- .... .... ,... ...- .... ... ...- ...- .... .- ~ .... .... .... ..... .. ..... w ..... .. .... w w .... ... .... w w LI.I ...J (,) - >- ~ ..- 0 co co 0 ~ co CD 0 It) ~ N 0 N 10 It) It) "It N CD .- co ~ ~ ~ < M ~ q ~ 0) CJ) CJ) w N ooi N an g; "It N CO') cD z cO cD ~ co ..- cO 0 l'? ..... .- .... .- .... ...- ..... or- .... ..... ...- .- ...- ..... .- ~ or- 0= w ..... ... ..... W to't ..... ..... .. .... .... ... .... w .... ... (,) w en - i 0 It) co 0 0 0 N It) U) :g ~ 0 ~ N It) f8 ~ ti 0 N N co IX:! N "It co N ;! N LI? N N M N "" CD -i N N ,..: .. l'? M M ...- ,..: cD N II: or- .- ..... .... or- or- .... .- .... .... .- or- .- ,... ,... ... ..... u ... .... ... w w w w w ... w w ... ... w w .. .... III en en I fa Q a a. III I m ~~ c:J I ~ ii ~ ~ z a i ii: a . I ~ HI I i la w ~ i B III I J! ~ .; u. i i! ~w en i ~ ~ I ~ .. !i t; i! =1 ! a f at ::J ,Z UJ i ~ ~ ~ III I ~ ~ w I j en c ! 2 ~ :2 ~, I ::J It a ~! ::J IG ~ 8 u c a fit ... N M ..,. It) "' ..... co 0 C) ... N M ~ an "' .... co .... ... ... .... ..... .... .- ... .... , ; ~ o - o ~ &t) al f- W U ~ w (J) ....I W Z Z o (J) a:: w tl. ~ ~ o 0- ~ .u .u ~ L L ) ~ 0 ,..... 0 0 CO ~ N 0 U') ~ U) 0 S 10 CO W N N ~ CO ~ "<t <0 ~ <{ ~ IX! <{ (.0 ~ ~ ,... > "'it Lri ..- M N lri. ,..... v CD Z 0) U) M Z Lri ...,.. U') .- ::) ~ ..- .- N or- or- .- ... ..- .- .- ..- ...... or- N m ..- tR .... .. "'" Ut ... ... W ... ... ... .... Ut ... .J W Z - N It) ..... :g 0 0 0 CD 0 II) ,... CO N II) g it) Z:z: ..... N CO 01 N ~ O! 'It ~ Lt) N .... <{ II) (7) 0) 00 ~ cD co-j cD ~ -<i ...,.. M ~ -<i ..t an z .... cO ci M U)W .... .... .... .... .... ... ..- .... .... .... .- .... .- or- N .... a:t- w w tR ... '" U') .... ... tit ... tit ... W ... .... tit W IL ~ ~ ~ 0 en lil 0 It) GO ~ II) 10 fa 0 N 0 0 N a:~ N .- 0 CO ,..... C'! <( 10 N <{ aq ..... 0 N U)Z .. -oct N c.; ..t N N N Cl) z ..t u) cw) Z ..- cO ..t Iri 0::) - - .- .... .... ...... or- ... .... .... .... or- .- .... or- .... ~ tit- 119 ... ... tit .,. W ... M ... ... ... W M W tit =e 0 (J t- z 3<< 0 It) ,.... M 0 U') co CD 8 II) ~ co N It) 0 co a.w . N ~ II) 0 CD .... M <{ II) ~ <{ It) co ~ <0 ~a.. ..t M ..... c.; ..t N N N ,..: z ..t ~ ..... z ..... cO C'? N 80 or- .... .- .... .... ..- ..- ..... - .... .... .... or- .... .... .... lilt ... ... ... ... .. .... ... ... ... ... ... ... ... w ... II: U) U - a:~ wa: D.w ~ 10 .- CD 8 ~ 0 CD 0 It) ~ ~ 0 ~ N It) N &n W.J N co ... N 'It ""': 0) 10 ~ 0) II) 0) Wo Iri cO N u; cO Lri ..j M GO cO ,,; It) cO Lri .... cO g) M ~t- .... .... .... .- .... .... .- ... ...... .... ... .... ..- .... .... .... .... ..- ~u w .... tit ... tit .. tit ... .. ... ... tit tit .. ... .. ... w 8~ CD fit I In 0 j~ a. Ct Ul w :I ~" ~ z . z ~ ~ J!! i ~ it i! ~ I m c I I! a: 25 w 0 ~ g ~ s 5 I&. Z ~ ~z '0 >>I ~ r: ! I oiL ~I II. z i .. i = d i Ii! a ~ 0 III Ill: m L . Z UI ~ ~ ~ ~ i w i! w ; o. J I') i . ~ ~ l- I !:i 0 ! 2' ~ ~ i ~s ~ ID C 0 U Q U Y I') ... N CO) 'lit II) CD ~ 10 0>> 0 .... C'\I .." ... It) ., .... GO .- ...... ... - .- ... ... ... .- ':' ..-- o - o o J, It) m I- w o ~ w CI) ~ w z z o CI) c:r:: w a. >- c:r:: ~ o Q. ~ W .... Q W N ::J < o W Q. m u ~ ~ N N 0 0 0 :J: <( 0) O'l 0 ~ IX:! c:{ 0 ari cO to UJ z po.. M 0 Z N ...- ,.... N ,.... ~ :E w w ~ w w ~ ~ W ~ a: i ~ ~ 0) 0 0 N ~ ~ ~ N q ~ w N ari N ..,; ..,. ... ...- M ...- ... ,.... ... ... ... N ... U w w w .... .... ... .... ... ~ IoU U) IX W 0 N 8 0 0 III c( 0) < 0) CD CD < :IE z ,...; z cO cO l.() ..,; z ~ I;t ... ~ ..... ~ -' .... tit ~ ~ CJ 0 N 0 0 It) ii: <( en c( Q) q CD ..,. <( ti z ,...; z cO ClD ..,; a) Z N ... N ...- M IU .... .... ... .... ... .... W IX W to- g ~ 0 0 It) z < < 0 CD .... <( w z ..t z C") cO ll'i ci z ~ N ...- ~ ,.... tl .... .... .... II) ~ IL W a ~ II) w t!! i2 :Ii 0Q i jl I! ~ II I'- II) ~ II ~ I ~ ~ ti~ w !I UJ ClUJ ~ ! ~ a ~ ....t!! ~ ~ ;:) ID 2 :c z :) ... N .." ~ 110 en (:) ... ... ..... .. , i ) 0r- e o q lO LI) m I- W o ~ w en ...J W Z Z o ~ w a.. ~ ~ o a.. ~ w I- o W N ::J c( () W tl. rn y ~ U 1&1 0 a <( <( c( c( c( <{ co 0<{ 0: :z z :z z z z ci :z ~ ~ ~ D: Q. II) ~~ It) :II ~ ~ <( <{ <( <{ ~ ~ z z z z IX) rufd M .,. ~2 co I t I Ll) < <( <{ <{ <{ c( "I < ~ z z z z z z ,... z "7 ~ 5 ~ :I D: W II) g 0 8 0 0 .... <( "": N C! ~ < z z . N &ri &ri M .... :z ~ N .... ..... N .... a .,. lilt lilt lilt .... II. ." ~ IL W 2 ~c ." W J!! i! II cnQ Q II! w II u. z (It ~f ~ 'i ~ B i z t; i~ w ." ~ ~ ~ mJ j ~ ! zl :;) ID g . Q Z ::) ... N C") "lilt co eft 0 ... ... ... ) ) ~ , 5 ') ~ . . D: Wo ~t 0 q .....:;:) ~ Z~ <0 '-It ::EO It: A. ...I U g ., ~ u; 'l) ~ tit 0r- a I 8 u; ~ en g u u; U 10 W 0 ~ 0 u; Q Lt) w U C 0 a: it 0 W Q Iri :IE rn It) w ! :II i Cl. w ~ 0 I 0 0 ID u; 0 It) ~ u .. z ;r 2 ~ 0 It :ll: .... (5 o an It) CD .... W o ~ w en ..J w Z Z o en a:: w a.. >- a:: ~ o Q. :e w t- ...J ~ Z :z: () w .... t 0 0 en 0 1&.1 g ...I CL ~ 0 '-It W A. II ;c CD 0 0 0 1&.1 Iri ...I ~ ~ 0 D: WW ....CL g ~9 Iii o~ 4R C ~ .... ~(I) a:li 8 ~2 ~ enW M wa: u ~ : 8 u Iri - It) U 6It 0 : z i u a ! ~ fi1 ;::) rn .. ~ :; D. a: rJ ~ ! 8 W en ~ 3 ... z ~ w ~ ::i 0 w ~ 0 II. . :.i: .... It; 0 ~~ 0 .n ~~ ~ It: III .... 8 en w 0 ~ ~ ..: ~ z 0 u CL C) 0 Z ..I i ~ 0 0 ! 0 c :g m ~ W ~ IL. It: a: ~ Ii 0 w 0 ft) 0 .... flJo ~ z d au :J fIJ U w ~ ~ . :ll: ~ ~ 0 ii: C! ~ N U CD W vt f/J UJ 0::: ~ .... 0 () 0 w N t: CD J: w 0 U Z ~ 52 a: ~ ~ z w 0 LLI 0 ~ ! C) z w Z 0 ~ 0 0 .... 0) en ~ ~ ~ 5l , ~~~ 8 ~oo z~O- ,..: :I: 0- N U ::) .. wzen ~ t- 2 , a.. ~CIJ ;:, fIJ 0:1: 8 ~ _U zUJ ..t J:r- N u frl~ 6It Z %: I- U W ... , ..J~ <en 8 OW -Q ~~ a Ow L1J:1: .... ~ Dr: ~ ~ ... Z 0::: 0 0 -..J 8 i Zw ~Cfj .n . )(...1 ~ Z z ::) i ~ ..J W :II ~ W ..J 0 In 0 0 .n t; ~ It) w !S x Z z ::> ~ w ~ 0 u.. . :ll: ...... Associate Members of I~a CONSTRUCTION ASSOCIATION of South Florida P.O. Box 813847 Hollywood, FL 33081 · (954) 893-1141 · Fax: (954) 893-5445. (866) 788-9886 · E-mail: utsinc@bellsouth.net TABLE OF CONTENTS Section I - COmpany Overview Introduction Letter Page 1 Company Information Page 2 Client References Pages 3-4 South Florida Building Trades Letter Page 5 Broward County School Board Letter Page 6 City of Miami Beach Letter Page 7 Greater Miami Affordable Properties Letter Page 8 Section II - Proposer Information and Documents Proposer Information Page 9 Acknowledgement of Addenda Page 10 Fee Proposal Pages 11-14 Declaration Page 15 Questionnaire Pages 16-20 Insurance Certificates Pages 21-22 UNION TEMPORARY SERVICES, INC. ..... O~. CONSTRUCTION ASSOCIATION or South Plorida Associate Members of INTI!CIIRITY P.O, Box 813847 Hollywood, FL 33081 · (954) 893-1141 · Fax: (954) 893-5445. (866) 788-9886 · E-mail: utsinc@bellsouth.net INTRODUCTION LETTER Union Temporary Services, Inc. was established in 1995 as a temporary labor provider for the construction industry. For the past ten (10) years Union Temporary Services has worked throughout Florida, Texas and other states for private contractors and government agencies. We have over seven (7) years experience in providing temporary personnel to various government agencies, including the Broward County Schqol Board, Dade County Public Schools and the City of Miami Beach in all areas and trades, including AC Mechanics, Carpenters, Electricians, Glaziers, Ironworkers, Laborers, Masons, Millwrights, Painters, Plumbers, Sign & Display, Sheet Metal Workers, Welders and Supervision. Customarily, Union Temporary Services does not compete for the lowest bid. Instead, we are awarded contracts for our quality, dependability and consistency. To achieve the highest quality personnel we solely employ Union Craftsmen because they are held to a higher standard than the commOn temporary employee. Ouremployees.are required to graduate from an accredited five~yearapprenticeship progratn,pass a comprehensive journeyman exam and/or obtain a state/local license or certification. In addition to this extensive training we require a 10 or 30.hour OSHA certification, maintain a Drug-Free Workplace and perform criminal background checks. We do not charge the City a fee if they hire our temporary employee on permanently. If the City of Miami Beach is looking to devote its resources to temporary personnel, we believe the City should look for quality, dependability and consistency, which will result in an overall cost savings to the City. By choosing a temporary agency that can provide qualified skilled labor over a cheaper labor provider, the City will ultimately save money, man-power and the headaches often associated with the hiring of unskilled and unqualified temporary personnel. As our past performance and credentials demonstrate, we have the ability to completely and effectively fulfill the temporary personnel needs of the City of Miami Beach. 1 UNION TEMPORARY SERVICES, INC. ~20 .-. CONSTRUCfION ASSOCIATION of South Florida Associate Members of P.O. Box 813847 Hollywood, FL 33081 · (954) 893-1141 · Fax: (954) 893-5445. (866) 788-9886 · E-mail: utsinc@bellsouth.net EXPERIENCE 07/05 through Present Various projects in all areas of construction and for all construction trades. Client References attached. Ten years experience in providing skilled temporary tradespeople throughout Florida and other states. Our workforce consists of licensed, certified masters and journeymen, certified apprentices and skilled trades helpers. We prQvide AC Mechanics, Carpenters, Electricians, Glaziers, Ironworkers, Laborers, Masons, Millwrights, Painters, Plumbers, Sign and Display Workers, Sheet Metal Workers, Welders and Supervision. CERTIFIED DRUG FREE WORKPLACE - Implemented 08/27/97. Established in accordance with Florida Statutes. Pre-hire and post-injury testing. CRIMINAL BACKGROUND ClIECKS - Nationwide. and Registered Sexual Predator SAFE WORK PRACTICES - 10/30 Hour OSHA certification required for all employees. ANTI HARASSMENT AND AFFIRMA TIVE ACTION EEOC POLICIES - Enforced CERTIFIED MINORITY/wOMEN OWNED BUSINESS ENTERPRISE- Miami-Dade County, Miami-Dade County Public Schools, Statewide and Inter-Local Minority Business PHYSICAL ADDRESS: 3325 Hollywood Boulevard, Suite #503 Hollywood, Florida 33021 MAILING ADDRESS: P.O. BOX 813847 Hollywood, Florida 33081 TELEPHONE: TOLL FREE: (954) 893-1141 1-866-788-9886 FACSIMILE: E-MAIL: (954) 893-5445 utsinc@bellsouth.net 2 UNION TEMPORARY SERVICES, INC. ..,,, SKILL Associate Members of INTlQRITY o. CONSTRUcrION ASSOCIATION of South Florida P.O. Box 813847 Hollywood, FL 33081 · (954) 893-1141 · Fax: (954) 893-5445. (866) 788-9886 · E-mail: utsinc@bellsouth,net CLIENT REFERENCES Contractor ANF Group, Inc. 703 N. Flamingo Road Pembroke Pines, Florida 33028 Web site: www.anfgroup.com Start date: 01/05 through Present The School Board of Broward County, Florida 7720 West Oakland Park Blvd Sunrise, Florida 33351 Start date: 10/98 through Present John R. Elwell Construction Co., Inc. 1104 NW 151 Street Fort Lauderdale, Florida 33311 E-mail: msl@elwellconstruction.com Start date: 10/98 through Present Edwin M. Green 775 NW 2151 Street Miami, Florida 33127 E-mail: egreeninc.@aol.com Start date: 08/99 through Present Greater Miami Affordable Propertiesl Miami Millwrights, Inc./Spike Electric 16215 SW 17 Avenue, #4-A Miami, Florida 33177 E-mail: miamimillwrights@hotmail.com Start date: 09/99 through Present ProiectlTrade Memorial Hospital Group and various Residences Carpenters Total Billed to Date: $ 99,912,00 Maintenance Carpenters, Laborers, Painters Supervision Total Billed to Date: $ 18,086,764,00 Various jobsites/Carpentry Carpenters Total Billed to Date: $ 399,731.00 Fontainbleu, Diplomat and Various Commercial Pools Carpenters, Plumbers/Pipefitters Total Billed to Date: $ 1,658,996.00 MIA, Orlando Int'I Airport, DFWIA Port of Miami Deep Water Cruise Tenninals D & E - Millwrights, Ironworkers, Electricians Total Billed to Date: $ 1,680,556,00 Contact Information Alberto Gil/Superintend, Ph 954-538-1989 Fx 954-436-4268 Tom Giglio Ph 754-321-4600 Fx 754-321-4765 John ElwelllMelanie Ph 954-463-2563 Fx 954-467-9277 Jim Albury Ph 954-523-4465 Fx 305-545-7967 Orald Stewart Ph 305-389-6900 Fx 305-253-5073 3 UNION TEMPORARY SERVICES, INC. ..... Page 2 Client References - Continued City of Miami Beach, Florida Property Management 1245 Michigan Avenue Miami Beach, Florida 33139 Start date: 04/03-01/05 (last worked) Miami Systems, Inc, 129 NW 13 Street, Suite 17 Boca Raton, Florida 33432 E-mail: miamisystemsgc.com Start date: 12/03 through Present Royal Diamond Homes, LLC 211 SW N. Wakefield Circle Port St. Lucie, Florida 34953 E-mail: dkbellino@hotmail.com Start date: 10/04 through Present SMG (Miami Beach Convention Center) 150 I Convention Center Drive Miami Beach, Florida 33139 E-mail: agrande@smgmb.com Start date: 05/05 through 07/05 System Tech Services, Inc. 164 Hibiscus Road Edgewater, Florida 32141 E-mail: katowe@bellsouth.net Start date: 04/03 through Present Trans-Florida Construction, LLC 18140 Collins Avenue Sunny Isles, Florida 33160 E-mail: rchitwood@williamsisland.com Start date: 02/05 through Present Westbrooke Corporation P,O, Box 810608 Boca Raton, Florida 33481 E-mail: igaasch@westbrookecorp.com Start date: 10/98 through Present Bid # 55-00/01 - Awarded Temporary Personnel Services City of Miami Beach Electricians Total Billed to Date: $ 193,373.00 Various jobsites Commercial Painting/Carpentry Painters/Carpenters Total Billed to Date: $ 68,762.50 Residential Builders Carpenters Total Billed to Date: 650,085,00 Miami Beach Convention Center Painters Total Billed to Date: $ 22,576,00 AC ServicelMaintenance Plumbers/ AC Mechanics Total Billed to Date: $ 1,246,630.00 Acqualina Towers Miami Beach, Florida Carpentry Total Billed to Date: $ 92,267.00 Various projects Carpentry Total Billed to Date: $ 865,231.00 4 John B. Gresham Electrical Supervisor Ph (305) 673-7630 Cell 305-673-7465 Bill Fears/Superintend. Ph 954-478-4215 Fx 561-394-5662 Domenic Bellino/Owner Ph 561-818-4525 No Fax Angelo Grande Ph 305-673-7314 Fx 305-673-7435 Kim Towe / Owner Ph 407-682-9881 Fx 386-409-9351 Richard Chitwood Ph 305-933-8301 Fx 305-935-5705 Robert Lake, Jr. Ph 561-239-7132 Fx 561-395-6129 ~U~.~~.LVV~ L~.U~ ~V~OLO~/~L rLUM~~~~ LU~~L ~~~ UA~ ffV~~V C.UVL IVV~ South Florida Building Trades Council 20375 NE 15th Court North Miami, FL 33179 (305) ;362-0519 or (305) 651-5971 Fax # (305) 654-0010 September I, 2005 City of Miami Beach 1700 Conven.tion Center Drive Miami Beach, F~ 331.39 RE: RFP #37-04/05 Temporary Personnel Services Dear Sir or Madam: / The South Florida Building Trades Council has represented all the building trades unions for over sevCIlty-five (75) years. It has been our purpose and goal to supply qualified craftsmen and certified apprentices to local contractors and government agencies. Our membership consists of 5000 licensed, certified an<.Vor master journeymen and certined apprentices in over sixteen (16) different trades. Since 1995, our organization has supplied our qualified craftsmen to Union Temporary Services, Inc. for all phases of construction and maintenance work. Due to our organizations' size and number of membership we possess thc ability to man substantially any job order received in an efficient and effective manner. Please contact me if you should have any questions regarding The South Florida Building Trades Council and/or Union Temporary Services, Inc. Very truly yours, 9:p/ PHIL TRUCKS, JR. President PT:gb 5 ...)..:,:":I..:......'~. -~~t~..", :.~~. '.'.~ . ~'~4'~H' ,.!"f. " ',;.:c<''f....~~~.I,..,;.,,:.~'~~~'':!f, -~~3t~;~~':. ~~~~~~ri:. ~-" .t~~:f(~~1.,: ~.~-.~.-41~~r~~.~h~~ti;.~~~~ . <,.:su'. ,:,J,,:. '~':l;~ · "cHooilif~' . .;:;;~:--:...;}::.:~~l,t:~~[,..:;~~I~'i:.r~;Jil:t',. ,;~~~;~..;.:,' " " ".J.:" .. . '. ..;'L. ..-: ,,,.,.J .,.i> 'i).fp Y,).a ';.r, ~.'X .-..~:~:~::~.t~ii;~.~~{r~~~:~~.;;.<i~~ .P~. . '/s.'-. . :. '. ..:;~~...;l1l--4~~;. ".... .; ,:.~~~::,~;t; ..t:.:.. . ;~ff!':~~~i,~fJ;~~?;il~m:. .,...../ti.~.(;.t;..1~'~ ;t';~.;..~0:~; .1IIt.~'!c.:.'t!~"".~'.... ~..._,,1,.:;.-..........,,",.. ".j~l~!ij~ August 25, 2004 TO: Miami-Dade County Public Schools FROM: / / Jack McDonald, Supervisor I~ -~ Physical Plant Operations, Plann cheduling Department SUBJECT: Temporary Tradespeople Bid # 24-034N Union Temporary Services, Inc. is a current vendor on a multiple award Temporary Tradespeople Services Bid for the School Board of Broward County (Bid# 24-034N). Since 1998 Union Temporary Services, Inc. has been able to meet our needs in providing quality skilled personnel. The use of the Temporary Tradespeople Services Bid has enabled the School Board of Broward County to complete thousands of work orders in addition to the work orders completed by the in-house maintenance personnel. UTS has supplied over 100 temporary tradespeople over the course of this bid including carpenters, electricians, plumbers, masons, laborers, and clerical staff, Should you have any additional questions, please contact me at 754-321-3380. JM:nf 6 .;;.'l'-<" N. ";~""~-~:'3S'.:-::'- ~..;t,.~lOi\f! ~~2t:=;'~'~~;'~~~~~i .....~~~Jlml.~~~,f~~;~~~~1':;11~Ti~"!~~i~f~w~,t;:~.~ . ..~}':~ rr;.Uf 1'1\..I1~11 t"'A\:lt.. i:H/Ell CITY OF MIAMI BEACH Property Management 1245 Michigan Avenue Miami Beach, FL 33139 ielephone: (305) 673-7630 Au~ust 27, 2004 The School Board of Miami Dade County, Florida Bureau of Procurement and Materials Management 1450 NE 2nd Avenue, Room 351 Miami, FL 33132 Re: Union Temporary Servic~s, Inc. Bid U55rOO/Ol To Whom It May Concern: Union Temporary Services. Inc. is currently providing electricians for City of Miami Besch, Property Management Division under BidD55-00/01. Temporary Services has been able to provide temporary personnel. which our Division's criteria. in an efficient manner. the Union meets If you have any questions or need information. 'please contact me. Sincerely, ~.1~ Electrical Supervisor J.13G/ns 7 . '-0 -- C-luV'. ""T'; UOt"'1I nlaml Mlllwrights 305 253 5073 p. 1 . G.R~:ATER MlAMl At"t4"ORDABl.E PROPER1'U~~ D.S.A. MIAMI MILLWRiGHTS CGCOS0874 Date: August 24, 2004 The School Board of Miami-Dade County, Florida Bureau of Procurement and Materials Management 1450 N.E. 2nd Avenue, Room 351 Miami Florida 33132 RE: Union Temporary Services, Inc. Dear Sir or Madam: Over the past six years Union Temporary Services, Inc. has provided temporary labor personnel to our company. They have furnished many skilled union millwrights for our various projects including; Orlando International Airport, Miami International Airport and most recently Dallas-Fan Worth International Airport. We are completely satisfied with Union Temporary Services ability to provide our company with qualified skilled labor. If you should have any questions or require further information, please do not hesitate to contact me. s~~ DraId Stewart President 16225 SW 117''' Avenue Unit 7 D Miami Fl. 33177 Phone:J05-253-8222 Fax: 305-253-5073 8 PROPOSER INFORMATION Submitted by: Wendy M. Blanton Proposer (Entity): Union Temporary Services, Inc. Signature: Name (Typed): Wendy M. Blanton Address: 3325 Hollvwood Boulevard. Suite #503 City/State: Hollywood, Florida 33021 Telephone: (954) 893-1141 Fax: (954) 893-5445 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 un,I~, a ntract has been agreed to and signed by both parties. Uf September I, 2005 (Date) Wendy M. Blanton (Printed Name) RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH 9 ACKNOWLEDGMENT OF ADDENDA REQUEST FOR PROPOSALS NO. 37-04/05 Directions: Complete Part lor Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: Addendum No.1, Dated August 24, 2005 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 Pamela Leja Name of Staff Member September 2, 2005 Date Wendy M. Blanton/Union Temporary Services, Inc. Proposer - Name flhA~ I12gn~~ , September 2, 2005 Date RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH 10 FEE PROPOSAL The following rates run from October 1 st of each year to September 30th of the following year. The rates reflected in the final year of 2008 - 2009 are discounted for each of the previous three years. These rates are all-inclusive, and cover the following: wages, fringe benefits, payroll taxes, workers compensation insurance, general liability insurance, drug testing, and criminal background checks. Full Rate Discounted Rate Discounted Rate Discounted Rate 2008-2009 2007-2008 2006-2007 2005-2006 TIME AND TIME AND TIME AND TIME AND REGULAR ONE HALF REGULAR ONE HALF REGULAR ONE HALF REGULAR ONE HALF AIC Technician $49,00 $72.35 $47,15 $69.60 $45.45 $67.05 $44.20 $65.15 Carpenter $37,80 $51.80 $36.45 $49,95 $35,10 $48.05 $33.85 $46.15 Electrician $48.15 $67.70 $46,40 $65.20 $44,70 $62.75 $43.15 $60.45 Laborer $26.25 $35.70 $25.35 $34.45 $24.40 $33.10 $23.55 $31.95 Mason $34.95 $48.05 $33.70 $46.25 $32.50 $44.60 $31.65 $43.40 Painter $32.25 $44,70 $31.05 $43.05 $29.95 $41.45 $28.90 $39,95 Plumber $44,35 $61.25 $42.75 $59.00 $41.20 $56.80 $39.70 $54.70 * See attached for job description 11 VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS Item TEMPORARY PERSONNEL SERVICES 1. No Bid 2. No Bid 3, No Bid 4. No Bid 5. No Bid Secretary I NO BID 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 i~ using MS Word, Excel, other MS office application programs. Must have ability to work in a multi-ethnic/multi-cultural environment. Minimum 40 wpm, Secretary II/Administrative Assistant NO BID 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. Clerk Tvpist NO BID Responsible and varied clerical work involving moderately complex work methods and procedures. Requires proficiency in the use of the word processor andlor typewriter. Must type 40 correct words per minute based on dept. needs. Clerk I NO BID 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. Clerk II NO BID 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 DATE: 8/3/05 CITY OF MIAMI BEACH 12 6. Clerk III NO BID No Three year experience in skilled typing and general clerical work, accounting & bookkeeping. Bid 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 I Accountino Clerk II NO BID No Three years experience in accounting, supplemented by course work in accounting or Bid 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 I Complaint Operator NO BID No Responsible telecommunications work in the Safety communications Unit. Retrieving, Bid 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 NO BID No Entry level responsible telecommunications work in the Safety Communications Bureau. Bid 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 NO BID No Complex clerical and technical work of a specialist nature. Interpretation of department Bid operations, policies, procedures, dissemination of information, maintains records and reports, computes and compiles data; updates. Types forms, answers correspondence, prepares notices and minutes of meetinos. Knowledge of HR preferred. 11. Carpenter See Attached Fee Proposal Sheet See ~~nowledge and skills in carpentry work at the entry level in the construction and finish work Attache including materials, methods and techniques. Maintenance and repair of city facilities. 12. Electrician See Attached Fee Proposal Sheet See Master Electrician's certification, prior experience with drawings and reading blueprints, Attache 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 CITY OF MIAMI BEACH 13 13. Plumber See Attached Fee Proposal Sheet See Skilled work at the journeyman level as plumber with certificate of competency as a Attache journeyman in the plumbing trade. seJ4. Service Worker See Attached Fee Proposal Sheet Attache Advanced and responsible manual labor duties of a skilled nature. 15. Ale Mechanic See Attached Fee Proposal Sheet See Skilled work at the journeyman level in the installation, maintenance and repair of air Attache conditioning equipment, and related apparatus. 16. Painter See Attached Fee Proposal Sheet See Skilled painting work at the entry level in the construction, maintenance and repair of city Attache facilities. 17. Buver NO BID No Specialized technical, clerical and administrative work in the purchasing of assigned Bid com mod ities. Reviews purchase requests, assists with procurement problems, and solicits quotations. Enters information for issuance of purchase orders. 18. Masons - Skilled work at journeyman level in masonry, bricklaying, tilesetting. SEE ATTACHED FEE PROPOSAL SHEET RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH 14 DECLARATION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this l1';t day of September ,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 ~ ~ f!Q,li{/(x . SIGNATURE Wendy M. Blanton PRINTED NAME Vice President TITLE (IF CORPORATION) RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH 15 QUESTIONNAIRE Proposer's Name: Union Temporary Services, Inc. Principal Office Address: 3325 Hollywood Boulevard. Suite #503 Hollywood, Florida 33021 Official Representative: Wendy M. Blanton Individual Partnership (Circle One) ~orati~ If a Corporation. answer this: When Incorporated: July 1995 In what State: Florida If a Foreion Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Intrastate Registered Agent Corp. Address of Resident Agent: 701 Brickell Avenue, Suite 3000 Miami, Florida 33131 President's Name: DyLee McNally Vice-President's Name: Wendy M. Blanton Treasurer's Name: Wendy M. Blanton RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH 16 Members of Board of Directors: DyLee McNally Wendy M. Blanton If a Partnership: N/A 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: -0- 2. Have any similar agreements held by Proposer ever been canceled? Yes ( ) No (x) If yes, give details on a separate sheet. RFP NO. 37-04/05 DA TE: 8/3/05 CITY OF MIAMI BEACH 17 Questionnaire (continued) 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: No 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes () No (x) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not (x) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: None RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH 18 Questionnaire (continued) 8. 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) DyLee McNally, Wendy M. Blanton RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH 19 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: Signature Print Name WITNESS: Signature Print Name (' WITNESS~ Jennifer Wells Print Name (CORPORATE SEAL) Secretary RFP NO. 37-04/05 DA TE: 8/3/05 Attest: CITY OF MIAMI BEACH 20 IF INDIVIDUAL: Signature Print Name IF PARTNERSHIP: Print Name of Firm Address By: General Partner Print Name IF CORPORATION: Union Temporary Services, Inc. Print Name of Corporation By: FL ..L.L........(.J ....11._1 1t.J....., .....uo:-o....... I V. .......'-1 lU I ACORD.. CERTIFICATE OF LIABILITY INSURANCE CSR AC I DATE (MM/DDIYYYY) UNION-5 09/02/05 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ; INSURERS AFFORDING COVERAGE ! NAIC # INSURER A Chubb/Federal Insuranc~__J" PRODUCER Combined Underwriters of Miami 7950 NW 53 street, Suite 201 Miami FL 33166 Phone:305-477-0444 Fax:305-599-2343 INSURED UNION TEMPORARY SERVICES INC Wendy Blanton 3868 Sheridan Street, suite A Hollywood FL 33021 COVERAGES INSURm B INSURER C I INSURER D 1 INSURER E ----l ----+ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERiOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS CERTIFiCATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN is SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, i POLICY EFF_E_CJ!V.E !POLlCY EXPIRATION I LTR NSR[ TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDIYY) 'DATE (MM/DDIYY) LIMITS GENERAL LIABILITY i I I i EACH OCCURRENCE : $ 1, 000 , 000 f--- I / "'D)l;f'Itl\GEI\TREN'l'UT----+ X COMMERCIALGENERALLlAClILlTY 79462722 I 03/28/05 03/2806 PREMISES lEa occurencel :$50,000 ~tJCLA1MSMADE ~OCCUR I MED EXP IAny one person) 1$5,000 _ 79462722 STAFFING SERVICES ~&OJ3/28/0S 03/28/06 PERSONAL &ADV INJ,'m--; $ 1,000,000 i i GENERALAGGREGATE~$ 2,000,000 - I:. I GEN'L AGGREGATE L1MI I APPLIES P!'R " PRODUCTS, COMP/Of> AGG i $ 2,000,000 Xl POLICY n j~8T 11 LOC i! I A AUTOMOBILE LIABILITY - A ANY AUTO 79462721 - ALL OWNED AUTOS f-- SCHEDULED AUTOS f-- X HIRED AUTOS f----- X NON-OWNED Auras f----- f----- I 03/28/051 ! 03/28/06 COMBINED SINGLE LIMIT (Ea accidenli 1$ 1,000,000 BODIL Y Ii,JURY (Per person) I $ BODIL Y INJURY {per accide:1t) i 1$ I PROPERTY DAMAGE (Per aCCident) , l $ A GARAGE LIABILITY R ANY AUTO EXCESS/UMBRELLA LIABILITY tJ OCCUR D CLAiMS MADE RDEOUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? II yes, descnbe under SPECIAL PROVISIONS below OTHER i I I I 03/28/05 1 EACH OC::URRENCE 03/28/06 ~ AGGREGATE ~ AUTO ONe Y - EA ACCIDENT i $ 1------:-::-::1- OTHER THAN ~~ $ AUTO ONL Y AGG $ :$1,000,000 . $ 1,000,000 79462723-HIRED I I AUT~ ! I I I I 1 $ :$ I I $ IT6~\ t:~IITt I I vE~ ! E.L EACH ACCIDENT I $ ;, EL DISEASE - EA EMPLOYEe! $ I EL DISfASE - POLICY LIMIT: $ OESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES { EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Temporary Employment Service, . , .. . . CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED. CERTIFICATE HOLDER CANCELLATION CITY-MI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENOEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT F~ALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES, AUT~EN c.W CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE MIAMI BEACH FL 33139 ACORD 25 (2001108) @ACORD CORPORATION 1988 21 ACORD.. CERTIFICATE OF LIABILITY INSURANCE I CERTIFICATENO./DATE ACOS-8200161-264124 8/23/2005 2.35:27 PH PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Eisenmann Risk Placements, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 14160 Dallas Parkway, Suite 500 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Dallas, TX 75254 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (972) 764-0965 Fax: (972) 404-4450 INSURERS AFFORDING COVERAGE INSURED: AMS l/c/f: INSURERA: PROVIDENCE PROPERTY & CASUALTY INSURANCE CaMPA UNION TEMPORARY SERVICES, INC INSURER B: P.O. BOX 813847 HOLLYWOOD, FL 33081 INSURER C: (954) 893-1141 Fax: (954) 893-5445 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDmON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDmONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID C~~ l~~R TYPE OF INSURANCE POLICY NUMBER I LIMITS .!!!'NERAL LlASILITY EACH OCCURRENCE $ COMMERCIAL GENERA.1. LIASILITY FIRE DAMAGE (Any One Fint) $ - '"""1 ClAIMS M1\OE D OCCUR MED EXP (Any one person) $ - - - PERSONAL. & MN INJURY $ - GENERA.1. AGGREGATE $ GEN'l AGGREGATE LIMIT APPLIES PER: PRODUCTS.COMP~PAGG $ 11 POLICY n ~c-J2r n lOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT f-- $ ANY AUTO (Ee KCidenI) I-- 1U.L OWNED AUTOS BODILY INJURY t- S SCHEDULED AUTOS (Per pel1Oll) f-- HIRED AUTOS eODIL Y INURY - $ NON-oWNED AUTOS (Per eccidenl) - - PROPERTY DAMAGE $ [Per eccidenl) GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $ =1 ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG S EXCESS LIABILITY EACH OCCURRENCE $ I-- D CLAIMS MADE OCCUR AGGREGATE $ f-- $ I-- DEDUCTIBLE $ f-- RETENTION S / $ WORKERS COMPENSATION AND WC0100086 1211/2004 12/1/2005 I\. WC STATU-, I JO.!~. EMPLOYERS' LIABILITY E.L EACH ACCIDENT 1000000 A S E,L DISEASE. EA EMPLOYEE $ 1000000 E.L DISEASE. POLICY LIMIT $ 1000000 OTHER =1 LIMITS 0- $ .. liMITS $ DESCRIPTION OF OPERATIONSIlOCATIONSNEHICLESJEXCLUSIONS ADDED BY ENDORSEMENTISPECI1U. PROVISIONS l. Insured is afforded Workers Compensation & ;mployers Liability as a co-employer under the policy for employees leased from AMS Staff Leasing, Inc. 2. This certificate remains in effect, provided the client's account is in good standing with AMS. Coverage is not provided for any employee for which the client is not reporting wages to AMS. Applies to 100% of the employees of AMS leased to UNION TEMPORARY SERVICES, INC, effective 12/01/2004. 3. Project Information:. Art Basel Miami Beach. ...PLEASE SEE ATTACHED EMPLOYEE ROSTER.... CERTIFICATE HOLDER I I ADDmOHAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN CITY Of MIAMI BEACH NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 IMPOSE NO OBUGATIONOR LIABILIlY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED Rl:PRESENTATlVE C~1 ACORD 25-5 (7/97) 22 ~ACORD CORPORATION 1988 CERTIFICATE OF LIABILITY INSURANCE Certificate Number: AC05-8200161-264124 EMPLOYEE ROSTER Attached roster includes employees paid through 08/21/2005. To verify employee's who may have been added since 08/21/2005, please call 1-800-728-0623. * Please note employee roster for this client is updated on a WEEKLY basis. EMPLOYEE LIST: ALBURY, BROCK JAY ALLEN, CHRISTOPHER ANDERSON. PAUL ANIEL. FRED A. ARMSTRONG. STEVEN R. ASBERRY. JOHN ASHBY. JR., WALTER AYALA. JOSEPH R. BACON. DANNY CARROLL BALDINI. SALVATORE BALDYGA, SR.. JOSEPH E. BANNIS, LAZARUS BARBO, JAMES A. BASS, ASHLEY S. BECKSTROM, EDWARD BELLINO. DOMENIC BELLINO, LORI K. BETHEL, KENYATTA BLAKE. CONLEY BLANTON, WENDY BLOOM, SCOTT ALAN BOBBIO. HUGO BOONE. JAMES A BOURGAULT. JR.. ROBERT F. BOZA CALERO. RAIDEL G BRAITHWAITE, STEPHEN BRANDL. MICHAEL BROWN. JERRITT BROWNFIELD, POPE BULLOCK. JR., CHARLES BURNETT. MARCIA T. BURNICE, TYRONE BURROWS, PATRICK BUSSEY. WENDELL W. CAMACHO, SERGIO P. CARISTIN. MIllEN CARNES. JEFFERY CASILL!, ANDREW P CASTILLO, ARNALDO CASTILLO, ELIZABETH M. CLARKE, W AINLEY COBB, LA WRENCE COLANTONIO, ANTHONY J. COLON. GERSON CONNER. THOMAS MARK CORDER. SCOTT CORUGEDO, DANIEL JOSE COUSINEAU. CHARLES CROSIER. GLENN A. D'ARCY, JAMES T. D'ETfORE. PETER A. DANESE, CHRISTOPHER DAURIA, JOHN DA VIDSON. JOHN BlRTH DE MELO, MANUEL DELTORO, HARLEY DENNER. TYLER DEPOTfER, JOHN R. DI PASQUALE, JR., ERNEST JOHN DOPICO, FRANCISCO ELLIS, NIGEL EMOND, DAVID M. ERNST. RICHARD EVANS, TIMOTHY D. FEELEY. JOHN K. FERGUSON, ALFONSO L. FERNANDEZ, HUMBERTO FIGUEROA. FACUNDO P. FIKE, MICHAEL FINKLEY, RALPH A FLOYD, STEVEN CHASE FLOYD. STEVEN W, FORDE. REMY J.F. FORREST..JOHN W, FORREST. JOSHUA FOURNIER. THOMAS FRANCOIS, LUCANE FRATACCIA, DREAMA FRATACCIA, VINCENT J GARCIA, STEVE GARLAND, RONALD D. GARRETf, MICHAEL GIBSON. DA VID B. GIBSON, JOHN L. GOLLlHUR, LORAN C GOMEZ. JOSE L. GONZALEZ, JORGE A. GONZALEZ, PEDRO GRANTHAM, JEREMIAH GRAY, MARTINA L. GRAY, JR., WILLIE GREEN. JAMES A. GRIFFIN. DAVID GRIMSLEY, JERMAINE HARKINS, SEAN K HARRISON, DAVID HERETH, CLAUS U. HERNANDEZ. JOHN JAIRO HERNANDE~JOSECARLO HERNANDEZ. LUIS G. HERRIN. VICTOR R. HILL. JARVIS E. HOLLAND, WILLIAM HOLTZ. COURTNEY HOWARD II, GEORGE W. HUDSON, KENROY HY A IT, NICHOLL L. INGRAM, JR., WILLIAM JEAN. ALlSMA JOHNSON, STANLEY JONES, FREDERICK KARPINSKI, KIM KIGHT, SHAUN KREIDER, JR, FRANCIS LA WLER, THOMAs-E.- LEWIS, LEROY LHOTKA, MELENA J. L1XEY, ROBERT LOPEZ-SIL VERO, DAMON W. LOPEZ-SIL VERO, RICHARD T. LOUIS, WILNER LYON, STEVEN C. MALDONADO-LUGO, JOSUE G. MALHEUR, JEAN MANLEY. ROBERT T. MARA vr, GUILLERMO MATTEO DO, PAUL MCCLAVE, DONALD MCCOY. MELISSA CERTIFICATE OF LIABILITY INSURANCE Certificate Number: AC05-8200161-264124 EMPLOYEE ROSTER Attached roster includes employees paid through 08/21/2005. To verify employee's who may have been added since 08/21/2005, please caU 1-800-728-0623. * Please note employee roster for this client is updated on a WEEKLY basis. EMPLOYEE LIST: McGLOTHLIN, SUZANNE H. MCKENZIE, SHERMANEDWIN MCNALL Y, DYLEE MENDEZ, ANASTACIO MENJIVAR. ADAN MENKES, RICHARD WILLIAM MILLER. CHRJSTOPHER MISTURAK, AARON R. MOESNER, RICKIE L. MONTELLO, DAVID MOODY, ERROLL M. MOSS, CLINTON MOURNING, WILLIAM MULLER, RANDY MUNOZ, ALBERTO J. MURRA Y, JOHN NARHI, JUHA P. NAZARIO, JR, JOSE J. NEUMANN, WALLY ORTIZ, RAFAEL E. ORTIZ, ROBERTO Padilla, Luis G. PARKINSON, HELTON PELL, GORDON PERRY, CARL D. PETERSON, DOUGLAS PFAUTZ, JAMES P. PICARD, EDWARDJ. PICHARDO, EDlCKSON PINEDA, WINSTON POERIO, PASQUALE POWELL, JR., JACK PRELAZ, MARINO PROSSER, WILLIAM RAMIREZ, RODOLFO RANALLO, MICHAEL RANDAZZO, JOSEPH M. RICHE,DERRAL RIGDON, RONALD RIGDON, JR., JOHN L. RODRJGUEZ, DARLING JOEL RODRJGUEZ, PEDRO ROJAS, LUIS ROLLE, TERRELL ROSARIO, ROBERT ROSARJO lIJ, ANDRES ROSS, STERLING ROUSSELL, JAMES T. SAALMAN, RJCHARD SAINTIRJS, DANY SANCHEZ, MARVIN SCALE, NORMAN J SCHANK, DAVID CHARLES SHERIDAN, WiLLIAM ROBERT SIL VA, JORGE L. SKELTON, lII, WEBS~ER S. SKIDMORE, RALPH SMITH, MELVIN SMITH, PATRICK K. SMITH, RUSSELL T. SOLANO, MICHAEL STEINMANN, DONALD R. SULECKI, ADAM SURINACH-GERMOSEN, FRANK SURLES, TROY SYKES, DAVID TABOIS, OWEN TALTON, JR., STEVEN THOMAS, JONATHAN TILGHMAN, ANDRE TOLEDO, GUILLERMO E. TORRES, JUAN TUXBURY, STERLING M. URUENA; OMAR VALDERRAMA, CARLOS A. VALDEZ, DAVID VALLE, MONICO VAN DUSEN, PAUL E. VIERDA Y, ROY R. VILLALBA, LUIS A VILLAZON, ANTHONY VONCANNON, GEORGE E. WALDEN,CORY WEISS, TIMOTHY WELLS, JENNIFER WEST, ROBERT W. WHITE, CHARLES WILLIAMS, DAVID K. WILLIAMS, STEPHEN WITHERS, FRANCIS WOOLARD, PHILIP L. WRlGHT, MARECO WRIGHT, RANDALL ZAPATA,CARLOS ZAPATA, GABRlEL ANGEL ZERP A, BEA TRlZ JOSEFINA :::- E~\-\ \ \5'\T ~ - - ORDINANCE NO. 2001-3301 AN ORDINANCE OF THE MA YOK 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 :1 OF THE MIAMI BEACH CITY CODE ENTITLED "ADMINISTRATION", BY ESTABLISHING A LIVING WAGE REQUIREMENT FOR CITY SERVICE CONTRACTS AND ESTABLISHING A LIVING WAGE FOR CITY EMPLOYEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. WHEREAS, the City of Milllli Beach awards private finna contracts to provide services for thc public. The City also provides financial ISsistance to promote economic development and job growth. Such expcnditun:s of public money al.o servo the public purpose by creating jobs. expandin. 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 pl'Oll1Otc the creation of fun-timc, permanent jobs that allow citizens to support lhemsclvea and d)eir families with dipity. Sub-poverty level wages do not serve the public purposc. Such wales instead place an undue bunlen on taxpayers and the community to subsidize employers paying inadequate waacs by providinl their employees with social services such IS health care, housing. nutrition, and encrlY assistance. The City has a responsibility when spending public fundi to set a community standard that pennitl full-time workers to live above the poverty line. Then:fore. contractors and lubconll'aCtOl'l of City service contracts should pay their employees nothinllcu than tho livinl waF herein dcacribed; and WHEREAS, in addition to requiring Iivin. wages for City serviccs provided by private finns, thc City wishel to serve as an example by providin. a living wage to all City employees. NOW, THEREFORE, BE IT DULY ORDAINED BY THE MA VOR AND THE CITY COMMISSION OF THE CITY or MIAMI BEACH, n..ORlDA AS FOLLOWS: ~ECTlON 1. That Division 6. to be entitled "Livinl Wale Requirements for City Contracts'.. of Article VI. entitled "Procurement". of Chapter 2 of the Miami Beach City Code entitlecl"Adminiauation" II hereby created 10 read as folJow: ,. 10f9 Chapter 2 ADMINlSTRA nON . . . Article VI. Procurement . . . Division 6. Uvin, Wa,e Requirements for Service Contracts and City Employees . . . Section 2-401.R..P1_ Deflnltlona (a) "City" me~s the ,"ovcmment Qf Mi~i BC\Ch or any authorized agents. any board. a-Jen,y. commission. department. or other entity ~reof. or any successor thereto. eb) "Covered Emolovee" mean. anYQl1e employed by the City or anv Service Contractor. as further defined in thi, Division. either full or p~ lime. as an emoloyec with or withQut benefits or II an in~pendenl contrlctor. eel '"Covered BmDlo\ef' means tbe City and In)' and III Service Contl)ctol'l. whether contnctin, directly or indirectly with the City. and lubcontra<:tora of a Service Contractor. Cd) "Service Contractor" is any individual. business entity. corooration (whether for profit 0( {lot for p~fit). Dartnenhip. limited liability complUlY. joint ventUI'C. or ajmilar business who is conductio, busineaa in Miami BCKh: or Miami Dade County. and mec~ one (1) of &he two (2) followin, crileljlj (I) The Service Contractor is: (8) plid in whole or part fmm one or more of the City'llIencral fund: ~.tal pl'Qjoct linda. ~aI revenue funda. or any other fun~ either diftlCtly or incli~d,. whether by comoetitivc bid procell. informal biela. rcqueall for 1II'ODOIaI1. some fann of solicitation. ne,OIiation. or alD1lelOent. or any OCher deci.l<m to enter into a contncl: or (b) enprd in the bu.iness of. or part of. . contnct to prqvide. a subcontracl to Dl"Oyicle. or similarly siluted to Dl'Ovidc. IOrvi~e.. either directly or indirectly for the benefit of the City. However. thi. doea not ,ppl, to contracts related primarily to the sale of producls or &QQdL Ie) "Covered Serviccs" are the twe of services purchased bv tbe City that are subject to the n:quirementl of mil Qiyillon which include the foUowio.: n) City Service Contracts ConlnlCta inyolvin, the City'. expenditure of over $100.000 per year and which include the folJowiftl ~ of lervP.: (1) food pregaralion lq)dIor c:lillri~uJion~ (2) IeCUrity lCtYica, (3) routine maintenance services such as cUltodial. cleanin,. computen. refuae removal. repair. refinilhill2. and recYCJin8~ 20f9 .. (4) clerical or other non-supervisory office work. whether tel1loorary or,pennanent; (5) transoortation and gukin, services: (6) printing and reproduction services: (7) IlV1dsca.,pine. Lawn. and or .,ncultural services: and (8) park and public place maintenance (2) Should any services that Ire bein2 nerforrned bv City EmnlQvees at the time this ordinance it enacted be IOlicited in the future by the City to be nerfonned b~ , Service Contractor. ~UCh se~ices shall be Covered Services subiect ~() this Diyision. SECrION %408. R...pq,... LIVING WAGE (I) Llvln. Wa.. Paid. (1) Senke Con~to.... All Service Contractors. .. defined by this Division. enterinl into a conlract with th~ City of Miami Beach shall pal' to all ita employees who provide SCTYicCl covered by tbil Division. a livin, w-ae of no lesl than S8.S6 an hour with health benefits. or a livin, wue of not leas than $9.81 an hour without health ben~t.. u described in this SectiOll. (2) City EDlDIA- Por City Employees under the City DIW plan. the Citv will bofin to Day a liv.nl! WIlI!C consi.lent with the loala and tcnns of this Division on phase-in bali. bcJinnin& in the 200 J -2002 City budJCl year. in~....in, on an annual basi, increment..I, so that the UvinJ W..~ i. fully inwJementlld for City DIIlPloveel in the 200~-2004 City bud,et year u '-v be a4juslCd pursuant to lubaection (c) below. Tbereaf'ler. thq U\liu Wue to be nald by the Citv to ill e!ftnloWlea mall not be subiect tp the annual indexin. lIIinR the ConAumrq Price lDhl for ~II Urban CDIlIlUmftn (CPI-tn lIlDuilWl ulldel' subsection lel below and instead shAll be .ubiect to ne~ialioru wittJin the coJ]lC~ve banrainin Rl~rure, (b) Health Ben.lill. For I Covered Enmlover or the City to complY with the }iYin, wa~ provision bY choosin, to .,., the lower w.,e Klle available when a Covered BmpIQ). also DrOYi. health benefits. .uch health benefits shill conli't of payment or at Icut $1.25 per flour towuda the provision of health care benefits fQr Covem:l Emgloycel and their c1e~nts. If the health benctita plan of the Covered ~1)IQyer or the City reauirel an initial period of el1\Plovment for a new employee to be cUmbie for health benelill (elipbility oeriodl such CoYmld Emnlove.: or City may aualify to DaY lhe S8.~ per hour waF scale durin, the new eIllDlovee'. initial eli,ibility period pmvfrINIlhe new emDJoWlll win ~ paid health bencfit. upon cOIllDletion o( the clipbility period. Proof of the provision of health benefit. mull be submitted to the awardine luthority to qualify for thc waJc rate for emplQ,yeea with health beWi~ tel IndnIH. The livinJ wale will be automatically indeltcd ~h yeac: usin, the Cjmsumer Price Index for all U~an Consumers CCPI-ID unless the City Commission determines it would Qot be fiscally sound to implement the CPI-U in a Dutic~lar year. 30f9 Cd} C,rtlftcatlon ReQuired Before hvmenl Any and all contracts for Covered Servjce~ shall be void, and no funds mav be ~leased. unless prior to enterin2 any a2Teement with the City for a Covered Senices contract. the el1l.Ployer certifies to the City that it wiJJ Day each of itl emplo)'eeS no less than the livina. wqc described in Section 2-408 (a). A copy of this certificate must be made avaJlabJe to the public upon request. The c~r1jficatc. at a minimum. mUlt include the folJowin~: (I) the name. Address. and Dhone number of the emplover. a local contact DeBon. and Ifte specific Drojcct for which the Covered Services contract is soumt: (2) the amount of the Covered Services contract and the City Department the contract will serve: (3) a brief descriDtion of the proiect or service provided: (4) a statement ofthe Wl'" levels for all eIIIDlovees: and (5) a cQmmitment to pay all employees a Iivin, W82e. as defined by oar&lnph Section 2408 (a), tel 0_".00. or Other Law.. Everv Covered EltlPlo\'ee shall be oaid not lesl Ihan biweekly. and without subsequcnt deduction or rebate on any account (exceDt as such o.vrolJ deduction. 81 are directed or permitted by law Dr by a collective blll'Jainin, alfl'Cmentl. The Coven:d EmgJo}'er shatl pay Covered Employees wa2e rates in accordance with federal and all other IDplicable laws such IS overtime and similar waF !In (f) PoatIn,. A cOPy of the livin, wa. rate shall be kept polled bv the Covered Elnploycr at the lite of the work in a prominent place when: it can euify be ace" and n:ad by the Covered ErQpJoyeea IIKl shall be .QWIied to the ~Joyec within a R:8IOIUlble time after a request to do 10. Po.cina R:qpirementl will not be required where the Covered EDlpJoVCl" Drint. the followin. statements on the front of che Covered Bnw1C)we's fint p.ychack and eyery six month. thereafter: "You are reauircd by City of Miami BelCh Jaw to be plid at least SI.S6 doJJa an hour. If)Ou are nOl paid this hourly rate. contact YOUr empJo\'el'. an attorney. or the City of Miami Beach." All notices will be printed in Bn~i.h. SDani.h. and Creole. III CoUedIve ......nlntr. Nothina: in this Division shall be rad to ~~re or authorize any Covenld BmplQyer to reduce WIP' set by a collective barpinin, qrccment or arc required under any Drevailin, waF law. 40f9 SECTION 2-409. Reser"ed IMPLEMENTA TION eal Procurement SDeclncatlons. The livimt wage shall be teQuired in the procurement specification. for all City service contracts for CovemJ Services on which bids or oroppsals shall be solicited on or after the effective date of this Division. The DJ"OCuremcnt soceificationa for 8DJ)licabJe Covered Services contracts shall include a requirement that ServiceContraclors and their subcontractoD agree to produce all documenta and records rcJatln, to payroll and compliance with this Division upon reauest from the Citv. All Covered Service contracts awarded subscouent to the date when this Division becomes effective. shall be subicct to the requirements of this Division. (b) Information DI.trlbu~. All requests for bids or ROuesls for DroDOsala for Covered Services contracts of $100.000 or more shall include apDroDriate information about the Jequirements of this Division. ee) MalntenaDee of Payroll Remnll. Each CoveRd BmDlover shall maintain pavroUs for all CoVCRd Employees and basic records ~Ialin, theRia ....d shall preserve them for a period of three (3) vean or the tenn of the Covered Services contract. whichever is lZI'C8ter. The record. shall contain: (1) the name and addrel. of each Covered Employee: (21 the job title and clulineation: (31 the number of hoUB worted each day: (4) the pol' wues eamed and deductions made: (.5) annUli waJca paid: (6) a cOJ)v of the locial security returns and evidence of oavment thereof: (7) a record of fdnae benefit payments includina contributions to approved plan.: and (8) any other data or infonnation this Division sh041d requite from time to lime. Cd) ReDOrtlna Payroll. Everv six (6) month.. the CQvered EmDlover dl.n file with ttJe Procurement Director a comnlete Davroll ahowinlr the Covered Bmplover'l navroll records for CICh Covemd EmDlow:e wortcin. on the conlnlclCl) for COyemd Senricel for one DIVlDII neriod. Qpon reauest from the City. the Covered Employer .hall omduce for inspection and CQP)'iIl' ill DByroll recorda for ....y or all of its Covered Em,plow=es (or any period covered bv the Cove.rcd Service contract. The Citv may examine oavroll records as _..t,..,d to ensure compliance. "'~ON 2-410. a........ COMPLIANCE AND ElWORCEMENT. eal SenSee Conlncl:or to COODeJ'IIIe. The Service Cofttractor shall Dennit City emolovees. ap!nll. or ~reIeJ1tatiVCI to observe work beina performed 81. in or on the proiect or maUer for which the Service Contractor has a conb'BCt. The Ciey ~presentative. mav examine the boob and records of the Service Conlnctor relatin, to the employment and D~II to defennine if the Service Contractor is in comDliance with the provision. of thi. Division. 50f9 . . lbl ~mDlalnt Procedures and Sanctions, (l) An employee who believes that this Division IlDplies or apDlied to him or her and that the Service ContrlCtor. or the City. is or wu not conw1yin, with the reQuirements of thi. Division has a ri,htto file I complaint with the Procurement Di~tor of the City. Complaints by employees of aJle,ed violations may be made at ay lime and shall be investipted within tbj~y (30) days ~ ll1e City. Written and oral statements by an employee shall be treated as confidential an~ shaJJ nol be diaclosed withopt the written consent of the employee to the extent "Jowed bv the Florida Statutes. l2l AnY individ,la) or entiJv ma.y also me a complaint with the ProcW"Cment Direc,or of the City on behalf of an employee for investigation bv the City. l3l It shall ~ the reaponsibiJity of the City to investiule all alleptionl of violations of this Division within thil'\Y C30l day&. If. at any time. the Cj~y. upon inveltilation detenninelthat I violatiOn of thil Division has occumd. it shall. within len (10) wortin, dQI of a mclin, of non-compHance. issue a notice of com:ctive action to the emploYer ~ifyin, all areas of non-com.,pliancc and deadlines for ~Iulions of Jhe identified violations. If a Service Contrllctor faill to comply with any notice i'.l~ the City Man_JCf or the City Man.r's dc;sipoc: may iSlue an order in writina to the Service Cont~or. by certifjed mail or hand deliverY. notifvin2 the Service Conlractor to 1Q),peaI' at an administralive hellin, before the City Man_Ier or the City ManaRI". desiJDee to be held at I time to be fixed in such order. which dale shall ~ not less than five (5) days after service thereof. C41 The proceedin,s shan be infonnal. but .hlll afford the Se~ice Contractor the Daht to testify in the Service Contractor's own defense. ~lOnt wi~nelscs. be RDl'UCnted bv counsel. submit relevant evidence. croll examine MtRClIe' and obiectlo evidence. (5) The proc~inu shan be recorded and minutCl kept bv the City. Any Service Contractor RQuirina verbatim minutes for iudicial review m..y arran,e for the services of a coun reDOner at the cxocnsc of the Service ~ontractor. (6l Within ten (10) ~ of the c]oae of the hearinL the Citv MlUlAfer or the City Mana...'. deaipee .hall lender I deGision in writin, detmmi~ne whether 01' not the Service Contrlctor ~. in corqpli~ or whc~ other actiqn thO\lJd be laken. or whothcr the matter should be continued. u the cue may be. and stetinl! the reuonl and findinp of fact. (7) The Ci~ Manner or the Cil)' Man.,er'l desimec shall file tindina. with tbe City Clerk.. aqd shall send a tJue and 901'111Ct CQ~y of hi, o~ by certified mail. return rece,pt requelted. or by hand delivcsy. to the business address.. the Service Contractor shall deaianare in writinS. fl) The City Manager'l or dcsiJllee's !imtin.- IhaII constitute the final administrative llCtion of the at)' for pumoBel of judicial review under state law. 6of9 . (9) If a Service Contractor fails to seek timely appeIJate review of an order of the City Man.Ref or the City Manu.erts desi~ee. or to comply timely with such order. the City may ~ur&ue the enforcement of sanctions set forth in Section 2- 410 (cl. Cel hi".... ,"'rht 01 Adlon A"hut ServIce Contr.ctor Any Coyered EmQlov~ of or fonner Covered Rmnlovee of . Service Contractor may. instead of UlilizinR the City admini.trative moceduRlset forth tn this Division. but not in addition to such Dl'DCedure. brinR an action bv filinsr luit all.inlt !he Covered ErnnlQver in anv court of comoetent iuriadiction to enforce the DrOvisions of this Division and. mav be awarded back oay. benefits. attomev'. feel. and coati. The aODlicabJe Iltatute of limitations for ~uch a claim win be two (2\ vean aa nmvidM in Florida Statute. Section 9S.lI(4l(c) for an action for Davm~nt of wan.. The court may also imDose sanction. on the Service Contractor. includin. those DeI"IOft. or entities aidinsr or abetting the Service Contractor. to include waRe restitution to the affected Covered F.molovee and dams.1 oavable to the Covered Emnlovee in the "urn of un to SSM for each week each Scrvicc Contractor is found to have violated this Division. Cd) SanctloDl ADlnlt Service Contradon. For violations of this Division. the qty shall sanction a $ervicc Contractor by reouirin, the Servicc Contractor to pay waae restitution at thc eml>>loyers expense for each affected employee an~ may .ceca.the followintl: (1) The City mllv impose damucs in the awn of $.500 for each week for each emDJovee found to have not been paid in accordance with this Diyision; ancllor (2) The City m.Ylusoend or tennin.te Davment under the CoveJU SCl"Vices contract or tcnninate thc contract with the Service Contractor: 8n4l0r ()) The CiCy may declare the e~loycr ineUlible for future service contracts for three ()) ye8l'l or unail all oenaltiea and restitution have been aRid in full. whichev~r is longer. In addition. all emDJoyers shall be ioelipble under this section where principal officen of the el1lPloyer were principal officers of an employer who violated this DivisioQ. to) Public Reeord of Sanction.. All such sanctions recommended or imooscd shall be a matter of public record. en Sardo.. for AldlD, and AbeUiDI!. The sanctions in Section 2-410 ee) shall also applY to any party or Danicl Iidin, and abettin, in any violation of this Division. CJl .......don _ad Dlscrlmlnadon Barred. A Covered EmDlover shall not dischlUEc. reduce the coD1pensstion. or otherwise dilCriminate Bpinst any Covered EmDlovee for mlldna a campl.olto the City. or otherwise 8IlCrtin, his or her riUlI under this Divi.ion. panicipatinR in any of itl proceedinp or Ulin, any civil ~mediCl to enforce pi. or her rilrhll under this Division. AlJesrations of retaliation or discrimination. if found true in a procoed.inJ under pal''&2ra,ph (I)) or by a court of competent iurisdiction under ~h ec). shall result in In Older of restitution and reinstatement of. diachlU1l.ed Covered BlpplQyec with back pay to the date of the violation or such other relief as deemed approDriatc. 70f9 ~ : (h) Enforcement Powers. If necessary for the enforcement of this Division. the City A.......v Commislfion may issue suboocnas. comoel the attendance and testimony of wilne.leI and oroduction of books. OlDeR. ~orda. and doc:umenll rel.tin, to pavrolJ records necessary for hoarina:. investi,.tions. and proceedinp. In case of disobedience of the subpoenL the City Anomoy may apply to a court of competent iurisdiction for an order rcquirin2 the attendance and \pstimony of witncslCl and production of books. p.pen. recorda. and document.. Slid court. in the case of the refusal to obey such lulqKJen.. after notice to the penon subpoenaed. and upon nndin, that the attendance or testimony of such witnesses of' the production of such book.. OlDer!. records. and documents. u the case may be. is relevant or neccssm:y for such hemn,s. invesliptions. or procecdin,s. mav issue an order requilin, the attendance or testimony of such witncsses or the production of such documents and any violation of the court's order m-'y be punishable by the court u contempt thereof. (j) Remedla Herein Non.Enluslve. No remedv set forth in this Division is intended to be exclusive or. premquiaite for auertin, I claim for relief to enforce the "eJlts under this Division in a court of law. This Division shall not be conStnled to limit an employee's right to brin, a common law cause of action for wrongfuJ tenninalion. SECI'ION 2. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same arc hereby repeaJed. SECTION 3. SE~RABILITY. If any section, subsection, clause, or provision of this Ordinance is held invalid, the remainder shaJJ 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 m8dc a part of the Code qf the City of Miami Beach, Florida. The sections of this Ordinance may be returned. 80f9 . , SECTION 5. SFFlCTlVE DArE. This Ordinance shall take effect on Ihe 28th day of April , 200J. PASSED and ADOPrED this.J!!!!. day of April, 2001. ATI'EST: J1tJ MAYOR 141u.0- ralc.1UA..- CITY CLERK lit readina 2nd reading XX Ordinance No. 2001-3301 APPROVED AS TO FORM'" LANGUAOE '" FOR BXECUflON r-~?-oL -y-~~...~....-.. 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 "ADMINISTRATION"; BY AMENDING ARTICLE VI, ENTITLED "PROCUREMENT"; BY AMENDING DIVISION 6, ENTITLED "LIVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES";BY AMENDING SECTION 2-t08(b), ENTITLED 'IHEAL TH BENEFITS". THEREIN, TO PRESCRIBE A MAXIMUM PERIOD OF TIME FOR THE "EUGIBlLITY PERIOD", AS SAME IS DEFINED THEREIN, UNDER WHICH A COVERED CONTRACTOR MAY QUALIFY TO PAY A NEW EMPLOYEE THE $8.51 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 theretore, contractors and subcontractors of City service contracts must pay their emproye88 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 COMM.SSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: SECTION 1. AMENDMENT OF CITY CODE That Section 2-408(b}, entitled "Health Benefits", of Division 6, entitled "Living Wage Requirements for Service Contracts and City Employees", of Article VI, entitled "Procurement", of Chapter 2, entitled "AdmInIstration, of the Miami Beach City Code Is hereby amended to read 8S follows: Chapter 2 ADMINISTRATION .. .. .. Article VI. Procurement .. . . Division 6. Living Wage Requirements for Service Contracts and City Employees . . . SECTION 2....08. LIVING WAGE . . . (1aJ HI."" 8Ift.tlle. Fer a C9\l8red e....eyer er the City te eemply with the IMAg wage pf9tJisieA oy GhoesiAfj to pay the le'/.Ier wage Beale 8W1Nable vJheR a Cat'ered IiMPleyer al.e ,19M.. health heRem., .wet:'l health BeAefite shall GeRsilt ef paYfl'aRt ef at leas' $1.26 per hewr tewaftl. the pFCr.'IIIeA af health 88M beRelte fer Ce'/ered Empleyees aRd their -'epeR"e"... If the health heAefits plaR af the Cavered impleyar er tt!e City re"wlres aR IRiUal peFkMI ef emple)'fReAt fer a Rwn 8fRpleyee to M eligiBle fer health DeRefits (eligibility peRed) 8ush Cs\'erM impleyer er CiI!{ may "..alily to pav tho S8.1& per hewr '.-Jil" leale "uFl. t"e Rew employee'. elilliallily peRH prevldM "e RBW empleyee will be paid health BeRe". "POA Ge"'p18l1eA of the ellgi8111ty perlM. Prest ef the previsiGR ef heal'" Ia'Refill "'''6t be submitted Ie the aMAlIA, M1thoFIIy 18 "uallly fer the 'Nage rate for e"'pI8)'8e6 vJith health beAefit8. (bJ He.1th Benefits: ellalblllty aerlod. For a Covered Emplover or the CIlv to comPly with the IlvIno waDe arovl.ion by choosinG to DaY the Ipwer waDe scale available when a Covered Emplover also oFOvid88 health benefits, 8uch health benefits shall consist of paYment of at least $1.25 Der hour toward the provIsion of health benefits for Covered Emolovee~ and their deDendents. If the health benefits olan of the Covered Emolover or the City reQuires an initla' oer1od of emolovment for a new emDlovee to be eliaible for health benefits leUaiblflty Denod) the lIv1no waae DIOvl8ion shan be comDlled with 88 follows durinG the eliaibllity oeriod: (1) Provided the new emDlovee will be Dald health benefits uoon the comDletlon of the eIJ9ibDitv Deried. 8 CoveJ'8d Emoloyer or the City mav only Qualify to Day the $8.56 Der hour waDe scale for a term not to exceed the first ninety (~) daw of the new emDlovee's elIGibility Deriod. said term commenclna on the emDloves's date of hire. (2) If the Covered EmDlover's or the City's elialblllty period exceeds the ninety (90) day term Drovided in subsection (1) above. then the Covered Emolover or the City. commenclna on the ninety first (91.) day of the new emoloyes's elialbilitv oerled. must commence to Dava Iivina wace of not less than 59.81 an hour. Proof of the orovislon of health benef1ta must be submitted to the awardina authority to 9ualifv for the W80e rate for emDlovees 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 ~~ ftttJ.u-. CITY CLERK ..,...,...., ... 1st reading 2nd reading AllPRaUlDAlm POIIM aLAtIGUAGI alQlllXlQUllOH T='AGENDA\20031apr0903\ragul.r\l..IYlng w.ge Prob Per 04 03 ord.ctoc