Loading...
HomeMy WebLinkAboutWestaff (USA) Inc. e MIAMtBEACH PROCUREMENT Division MEMORANDUM TO: Robert Parcher - City Clerk FROM: Pamela Leja - Procurement Division DATE: September 1,2006 SUBJECT: Professional Service Agreement Hello Bob, Following are four sets of a Professional Service Agreement for Temporary Personnel Services to be executed with Westaff (USA), Inc. Please call me upon being signed, and I will have them picked up and distributed accordingly. ~~ Ext. 6650 ;0010- dbD9/ ))6 - C 7F PROFESSIONAL SERVICES AGREEMENT BETWEENTHE CITY OF MIAMI BEACH, FLORIDA AND WEST AFF (USA), 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 lilt. day of JIMIW/fu1 ,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 WESTAFF (USA), INC. (hereinafter referred to as Contractor), a California corporation, whose address is 419 W. 49th Street, Suite #111, Hialeah, Florida 33012. SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor. City Manager: The Chief Administrative Officer of the City. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent Contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed pursuant to or undertaken under this Agreement, as described in Section 2 and Exhibit "A" hereto. Fee: Amount paid to the Contractor to cover the costs of the Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673- 7023. 1 SECTION 2 SCOPE OF SERVICES 2.1 GENERAL The City is entering into this Agreement for temporary personnel services, on an "as needed basis", as set forth in Request for Proposals (RFP) No. 37-04/05, together with all amendments thereto (the RFP) , and Contractor's Proposal in response thereto, attached as Exhibit "A" hereto (and collectively referred to as Proposal Documents) (the Services). Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. 2.2 MIAMI BEACH ONE-STOP CAREER CENTER Contractor hereby agrees to utilize best efforts work with the Miami Beach One- Stop Career Center to recruit potential employees. 2.3 SCREENING, INTERVIEWING, TESTING AND TRAINING Contractor will be responsible for, and provide to the City, supporting documentations for screening, interviewing, testing and training of temporary personnel, to include: - In depth interview that includes job preferences, experience, goals, interest, attitudes, motivation and other work-related attributes. - Job-related tests to include typing and communication skills. - Background checks, to include drug testing, criminal checks, and credit history (for positions that may require the handling of City funds), all to be performed at the same level of stringency the City uses for screening its own employees for hire. - Verification that its employees are not convicted sex offenders. - Training employees on the City's Service Excellence Program. 2.4 INDEPENDENT CONTRACTORS For the purpose of this Agreement, Contractor acknowledges and agrees that any and all temporary personnel assigned by Contractor to provide services to the City pursuant to this Agreement shall be deemed to be independent contractors and agents or employees of the City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the City, or any right generally afforded Classified or Unclassified employees. Further each personnel shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the City, or accumulation of sick or annual leave. 2 SECTION 3 COMPENSATION 3.1 FEE Contractor shall be compensated for the Services, as set forth in Section 2 and Exhibit "A", based on the temporary personnel services provided, as needed, by the City. The hourly rates set forth in this Agreement shall remain fixed and firm for the duration of the Agreement, subject to negotiation based on Consumer Price Index _ Urban Areas (CPI-U) or City's Living Wage Ordinance (as same may be amended) rate increases. 3.2 COMPLIANCE WITH CITY'S LIVING WAGE LAW Contractor acknowledges that it shall be required to compliance with the City's Living Wage Ordinance, pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time. At the commencement of this Agreement, pursuant to the City's Living Wage Ordinance currently in effect, Contractor shall be required to pay all employees who provide services pursuant to this Agreement, a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits for a total minimum value of $9.81 an hour, or a living wage of no less than $9.81 an hour without health benefits. Contractor's failure to comply with this provision shall be deemed a material breach under this Agreement, under which the City may, at its sole option, immediately terminate the Agreement, and may further subject Contractor to additional penalties and fines, as provided in the City's Living Wage Ordinance, as may be amended. The most recent copy of the City's Living Wage Ordinance is attached as Exhibit B hereto; notwithstanding the preceding, it shall be Contractor's sole responsibility and obligation to familiarize itself with the Living Wage Ordinance, as well as any subsequent amendments thereto. 3.3 TEMPORARY TO PERMANENT In the event that that the City, at its sole discretion, elects to employ a temporary employee, no fee and or penalty of any kind (resulting from the change in status of the temporary employee from temporary to permanent), shall be assessed by the Contractor. 3.4 INVOICING Contractor is required to furnish the following information on its invoices for temporary personnel supplied to the City: - Purchase Order number issued by the City's Procurement Division - Department and location within the City of temporary services provided - Full name of individual performing the service - Job classification - Number of hours worked, by date 3 All invoices are subject to verification, approval, and processing by the City department requesting the temporary personnel. 3.3 METHOD OF PAYMENT Payments shall be made for Services satisfactorily rendered within thirty (30) days of the date of proper invoice. Contractor shall provide invoices in duplicate to the manager or department head of the City department utilizing the temporary personnel for which the invoices are for. With a copy to: City of Miami Beach Accounts Payable Department 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONTRACTOR With respect to the performance of the Services, the Contractor shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. In its performance of the Services, the Contractor shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, State of Florida, and Federal Government. 4.2 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein. 4.3 DURATION AND EXTENT OF AGREEMENT The term of this Agreement shall be for an initial term of two (2) years commencing on the last date of execution of the Agreement by the parties hereto. At its sole discretion, the City may renew this Agreement upon the same terms and conditions, for up to two (2) additional one (1) year renewal options, upon thirty (30) days written notice to Contractor (such notice to be provided prior to the end of the initial term or a renewal term, as the case may be). 4.4 TIME OF COMPLETION The Services to be rendered by the Contractor shall commence upon receipt of a Purchase Order from the City, subsequent to the execution of the Agreement. The Services shall be ongoing for the Term of the Agreement, on an as needed basis. 4 4.5 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its employees, agents, sub-contractors, or any other person or entity acting under Contractor's control, including without limitation any and all temporary personnel assigned to the City pursuant to this Agreement, in connection with the Contractor's performance of the Services pursuant to this Agreement; and to that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's Indemnity Agreement. The Contractor's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4.6 TERMINATION, SUSPENSION AND SANCTIONS 4.6.1 Termination for Cause If the Contractor shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular terms of this Agreement and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City, upon thirty (30) days' notice to Contractor, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 5 4.6.2 Termination for Convenience of City NOTWITHSTANDING SECTION 4.6.1, THE CITY MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN REQUEST FOR PROPOSALS NO. 37-04/05, TOGETHER WITH ALL AMENDMENTS THERETO, AND CONTRACTOR'S PROPOSAL RESPONSE, ATTACHED HERETO, SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONTRACTOR'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BY THE CITY AT ITS DISCRETION, UP TO THE DATE OF TERMINATION. PROVIDED, HOWEVER, THAT AS A CONDITION PRECEDENT TO SUCH PAYMENT, CONTRACTOR SHALL DELIVER ANY AND ALL DOCUMENTS, MATERIALS, ETC, TO CITY, AS REQUIRED HEREIN. 4.6.3 Termination for Insolvency The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.6.2. 4.6.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City, Miami- Dade County, and / or the State of Florida, as applicable, may determine to be appropriate, including but not limited to, withholding of payments to the Contractor under the Agreement until the Contractor complies and/or cancellation, termination or suspension of the Agreement. In the event the City cancels or terminates the Agreement pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.6.2. 4.7 CHANGES AND ADDITIONS Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Contractor. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City. 6 4.8 AUDIT Contractor shall keep such records and accounts and require any and all subconsultants to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hour charge to the City. All books and records relative to the Agreement, and the Services to be provided herein, shall be available at all reasonable times for examination and audit by the City and shall be kept for a period if three(3) years after the completion of all work / Services to be performed pursuant to this Agreement. The City reserves the right to perform audit investigations of the Contractor's payroll, and any other records, of employees assigned to the City. The City's audit rights shall include, without limitation, ascertaining Contractor's compliance with screening, interviewing, testing, and training requirements( pursuant to subsection 2.3) and the City's Living Wage Law. Contractor shall maintain any and all records necessary to document compliance with the provisions of this Agreement, and shall make available to the City, upon request; such records for audit and examination relating to all matters covered by this Agreement. 4.9 INSURANCE REQUIREMENTS Contractor shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. (Any exceptions to these requirements must be approved by the City's Risk Management Department prior to implementation of same): 1. Commercial General Liability: A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000 Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. 2. Worker's Compensation: A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws as required per Florida Statutes. Said policies of insurance shall be primary to and contributing with any other insurance maintained by the Contractor or City, and shall name the City and the officers, agents and employees of said organizations as additional insures under this Agreement. Policies cannot be canceled without thirty (30) days prior written notice to the City. The Contractor shall file and maintain certificates of all insurance poliCies with the City's Risk Management Department showing said poliCies to be in full force and effect at all times during the term of the Agreement. No work shall be done by 7 Contractor during any period when it is not covered by insurance as herein required. Such insurance shall be obtained from brokers or carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by the City's Risk Manager prior to commencement of any work or services under the Agreement. If any of the required insurance coverages contain aggregate limits, or apply to other operations of the Contractor outside the Agreement, Contractor shall give City prompt written notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. The Contractor shall further take immediate steps to restore such aggregate limits or shall provide other insurance protection for such aggregate limits. 4.9.1 Failure to Procure Insurance Contractor's failure to procure or maintain required insurance coverage shall constitute a material breach of Agreement under which City may, at its sole option, immediately terminate the Agreement. 4.10 ASSIGNMENT, TRANSFER OR SUBCONTRACTING The Contractor shall not subcontract, assign, or transfer any work under this Agreement in whole or in part, without the prior written consent of the City. 4.11 SUB-CONTRACTORS The Contractor shall be liable for the Contractor's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of any and all sub-contractors, and any other person or entity acting under the direction or control of the Contractor including with out limitation, any and all temporary personnel provided in the City pursuant to the terms and conditions of the Agreement. When the term "Contractor" is used in this Agreement, it shall be deemed to include any sub-contractors and any other person or entity acting under the direction or control of Contractor. For the purpose of this Agreement, Contractor acknowledges and agrees that any and all temporary personnel assigned by Contractor to provide services to the City pursuant to this Agreement shall be deemed to be independent contractors and not agents or employees of the City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the City, or any rights generally afforded Classified or Unclassified employees. Further, each personnel shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the City, or accumulation of sick or annual leave. 8 4.12 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, physical handicap, or sexual orientation. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, disability, or sexual orientation. 4.13 CONFLICT OF INTEREST The Contractor agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly are employed by the Contractor. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.14 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Contractor or its employees or sub-contractors, without the prior written consent of the City. 4.15 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). 9 Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Westaff (USA), Inc. Attn: Patrick T. Hannigan Vice President 419 W. 49th Street, Suite #111 Hialeah, Florida 33012 (305) 362-8258 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 Contractorfordamages in an amount in excess of $1,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. 4.19 COMPLIANCE WITH APPLICABLE LAWS The Contractor, its subcontractors, agents and employees, including with out limitation, any and all temporary personnel assigned to the City pursuant to this Agreement, shall comply with all applicable Federal, State, Miami-Dade County and City Laws, and with all applicable rules and regulations promulgated by local, state and national boards, bureau and agencies as they relate to the Agreement and lor the provision of services hereto. 11 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ~ rfOvl~ M or David Derm/ 'Y;~6 Date ATTEST: By: City Clerk Robert parc~e/,~/ fd~J!f7 Date I FOR CONTRACTOR: WEST AFF (USA), INC. ATTEST: BY:~ AsstSecreta ------ VP of Con tracts nature/Title Ken Perscheid Print Name Patrick T. Hannigan Print Name 8/25/06 Date 8/25/06 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 K#/O..O~ Date :::= E-X H \ B iT f\::: Miami Beach ***** ANnM:aCIIJ , III (' CITY OF MIAMI BEACH lQ - REQUEST FOR PROPOSALS (RFP) NO. 37-04/05 FOR TEMPORARY PERSONNEL SERVICES CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE, THIRD FLOOR MIAMI BEACH, FL 33139 www.mlamlbeachfl.gov Pa""'aLeja@mlamibeachfl.gov PHONE: (305) 673-7490 FAX: (305) 673-7851 UP NO. 37-04/05 DATE: 8/3/05 1 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov PROCUREMENT DIVISION - Telephone (305) 673-7490 Facsimile (305) 673-7851 Request for Proposals (RFP) No. 37-04/05 Sealed Proposals will be received by the City of Miami Beach (the "City"), Procurement Division, Third Floor, 1700 Convention Center Drive, Miami Beach, Florida, 33139, on August 31, 2005 until 3:00 p.m. for: TEMPORARY PERSONNEL SERVICES At time, date, and place above, Proposals will be publicly opened. ANY PROPOSAL RECEIVED AFTER TIME AND DATE SPECIFIED WILL BE RETURNED TO THE PROPOSER UNOPENED. The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis", as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. A PRE-RFP SUBMISSION MEETING IS SCHEDULED FOR AUGUST 16 AT 10:30 AM. IN THE CITY MANAGER'S LARGE CONFERENCE ROOM, LOCATED AT CITY HALL, 1700 CONVENTION CENTER DRIVE, 4TH FLOOR, MIAMI BEACH, FLORIDA Attendance at the aforementioned pre-RFP submission meeting is NOT mandatory, but strongly encouraged as a source of important information. The City has contracted with B/dNet 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/southfloridalDublic/home1.asD 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, FL33139, or FAX: (305) 673-7851, or e-mail: RFP NO. 37-04/05 DATE: 8/3/05 2 CITY OF MIAMI BEACH PamelaLeiaCCUmiamibeachfl.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 THA T 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 to THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003.3389. LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRED TO REGISTER AS A LOBBYIST, AND AS OF MAY 18,2002, ACCORDING TO ORDINANCE NO. 2002-3363, ALL LOBBYISTS AND PRINCIPALS MUST FILE A FINANCIAL DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE. Detailed representation of all these ordinances can be found on the City of Miami Beach Website at http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro. asp. CITY OF MIAMI BEACH . _' ~._ ,l Gus Lopez, CPPO, CPPB Procurement Director RFP NO. 37-04/05 DATE: 8/3/05 3 ClTV OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 v.ww miamibeachfl gov PROCUREMENT DIVISION Telephone (301) 673-7490 FlcllmUe (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 II proposlIl m 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 Paae(s) I. OVERVIEW AND PROPOSAL PROCEDURES 6-11 II. SCOPE OF SERVICES 12-14 III. PROPOSAL FORMAT 15 IV. EV ALUA TION CRITERIA 16-17 V. GENERAL PROVISIONS 18-19 VI. SPECIAL TERMS AND CONDITIONS - INSURANCE 20 VII. PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO THE CITY 21-29 VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS 30-32 DP NO. 37-84/05 DATE: 113J85 5 CITY OF MIAMI BEACH SECTION I . OVERVIEW AND PROPOSAL PROCEDURES: A. INTRODUCTION/BACKGROUND The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis., as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. The Mayor and City Commission at its July 27, 2005 meeting, authorized the Administration to issue this RFP for a Temporary Personnel Services. B. RFP TIMETABLE The anticipated schedule for this RFP and contract approval is as follows: Pre-Proposal Submission Meeting August 16,2005 at 10:30 a.m. Deadline for receipt of questions August 19,2005 by 5:00 p.m. Deadline for receipt of Proposals August 31,2005 by 3:00 p.m. Evaluation Committee meeting September 2005 Commission Acceptance of City Manager's October 2005 Recommendation, and Authorization to Enter Into Negotiations, and Contract Awards c. PROPOSAL SUBMISSION An original and ten (10) copies of complete proposal must be received by August 31, 2005 by 3:00 p.m. and will be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the Proposer's name, address, telephone number, RFP number and title, and proposal due date. The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the Proposer. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. PROPOSALS RECEIVED AFTER THE PROPOSAL DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. RFP NO. 37-04/05 DATE: 8/3/05 6 CITY OF MIAMI BEACH D. PRE-PROPOSAL SUBMISSION MEETING A PRE-RFP submission conference has been scheduled as follows: Date: August 16, 2005 Time: 10:30 a.m. Place: City Manager's Large Conference Room located at City Hall, 1700 Convention Center Drive, 4lh Floor, Miami Beach, Florida, 33139. E. CONTACT PERSON/ADDITIONAL INFORMA TION/ADDENDA The contact person for this RFP is Pamela Leja at phone: 305-673-7490; fax: 305-673-7851; or e-mail: PamelaLeja@miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or consultant and the Procurement Division is limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the Procurement Coordinator, with a copy to the City Clerk, no later than the date specified in the RFP timetable. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations other than those made in this RFP or in any written addendum to this RFP. Proposers should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. F. MODIFICA TIONIWITHDRAWALS OF PROPOSALS A Proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date and time. Modifications received after the proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the proposal due date or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date and letters of withdrawal received after contract award will not be considered. G. RFP POSTPONEMENT/CANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, Proposals; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any Proposals received as a result of this RFP. RFP NO. 37-04/05 DATE: 8/3/05 7 CITY OF MIAMI BEACH H. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Proposals to the City, or any work performed in connection therewith, shall be the sole responsibility of the Proposer(s) and shall not be reimbursed by the City. I. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what alternative is being offered. The City, at its sole and absolute discretion, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the Proposer to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. J. SUNSHINE LAW Proposers are hereby notified that all information submitted as part of a response to this RFP will be available for public inspection after opening of Proposals, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". K. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require Proposers to give oral presentations based on their Proposals. The City reserves the right to enter into negotiations with the top- ranked Proposer, and if the City and the top-ranked Proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the second-ranked Proposer. This process may continue until a contract has been executed or all Proposals have been rejected. No Proposer shall have any rights in the subject project or property or against the City arising from such negotiations. L. PROTEST PROCEDURE Proposers that are not selected may protest any recommendation for selection of award in accordance with City of Miami Beach Ordinance No. 2002-3344 which establishes procedures for resulting protested RFP's selection for awards. Protest not timely pursuant to the requirements of Ordinance No. 2002- 3344 shall be barred. RFP NO. 37-04/05 DATE: 8/3/05 8 CITY OF MIAMI BEACH M. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers are expected to be familiar with, and comply with, all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the Proposer will in no way relieve it from responsibility for compliance. N. DEFAULT Failure or refusal of a Proposer to execute a contract following award by the City Commission, or untimely withdrawal of a proposal before such award is made and approved, may result in forfeiture of that portion of any surety required as liquidated damages to the City. 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, RFC, RFU, or bid. v. PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS Pursuant to Section 38-6 of the City Code, no person who is a vendor to the City shall give a campaign contribution directly, or through a member of the person's immediate family, or through a political action committee. or through any other person, to a candidate, or to the campaign committee of a candidate, for the offices of mayor or commissioner. No candidate, or campaign committee of a candidate for the offices of mayor or commissioner, shall solicit or receive any campaign contribution from a person who is a vendor to the City, or through a RFP NO. 37-04/05 DA TE: 813/05 10 CITY OF MIAMI BEACH member of the person's immediate family, or through a political action committee, or through any other person on behalf of the person. This prohibition applies to natural persons and to persons who hold a controlling financial interest in business entities. W. CODE OF BUSINESS ETHICS Pursuant to Resolution No.2000-23879 each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. X. AMERICAN WITH DISABILITIES ACT Call 305-673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305-673-7080. Y. ACCEPTANCE OF GIFTS, FAVORS, SERVICES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFP NO. 37-04/05 DA TE: 8/3/05 11 CITY OF MIAMI BEACH SECTION II - SCOPE OF SERVICES A. GENERAL The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis., as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. B. TERM OF CONTRACT The contracts shall commence after the approval of the Mayor and City Commission . and shall remain in effect for a period of two (2) years. Providing that the successful Agencies will agree to maintain the same terms and conditions of the contract, the contracts may be extended for an additional two, one-year periods at the City's sole discretion. C. LIVING WAGE Pursuant to Section 2-408 of the Miami Beach City Code, all employees, who provide services covered by this RFP, shall be paid a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits for a total value of $9.81 an hour, or a living wage of no less than $9.81 an hour without health benefits. D. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT The successful Agencies' hourly rates offered in their proposal submission shall remain fixed and firm during the term of their contracts, subject to negotiation based on Consumer Price Index - Urban Areas (CPI-U) or Living Wage Ordinance rate increase. E. PAYMENT All Agencies supplying temporary personnel services to the City are required to furnish the following information on Agency invoices for the personnel supplied: 1. Purchase Order number issued by the City's Procurement Division 2. Location of temporary services performed 3. Full name of individual performing the service 4. Job classification 5. Number of hours worked, by date The invoices are subject to verification, approval, and processing by the department requesting the temporary personnel. RFP NO. 37-04/05 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: 8/3/0S 13 CITY OF MIAMI BEACH L. HOLIDAYS The City's holiday schedule shall be observed. In the event that the City requires a temporary employee to work on a holiday observed, the day shall be paid at the overtime rate. It is the responsibility of the using Department/Division to notify the temporary Agencies prior to a temporary employee working on Saturday, Sunday, Holiday or any overtime. M. EMPLOYEES ARE RESPONSIBILITY OF AGENCIES All employees of the Agencies shall be considered to be. at all times. the sole employees of the Agencies under its sole direction and not an employee or agent of the City. The Agencies will supply competent and physically capable employees. The City may require the Agencies to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on the City's property is not in the best interest of the City. Each employee shall have and wear proper identification. The employees utilized under the resulting contract will be provided with and shall follow all policies and procedures of the City. N. SCREENING,INTERVIEWING, TESTING AND TRAINING The Agencies will be responsible for screening, interviewing, testing and training to include, but not be limited to: 1. In-depth interview that includes job preferences, experience, goals, interests, attitudes. motivation and other work-related attributes. 2. Job-related tests to include typing and communication skills. 3. Background checks to include drug testing, criminal checks, and credit history (for positions that may require the handling of City funds). 4. Verification that their employees are not convicted sex offenders. 5. Training employees on the City's Service Excellence program. O. AUDIT The City reserves the right to perform audit investigations of the Agencies' payroll and related records of employees assigned to the City to ascertain that such employees' records indicate payment received for the specific hours worked for the City pursuant to the living Wage requirements. P. TEMPORARY POSITIONS The required listing of temporary positions and their associated job descriptions is included in this RFP and labeled "Temporary Personnel Services Position Descriptions." RFP NO. 37-04/05 DA TE: 8/3/05 14 CITY OF MIAMI BEACH SECTION III - PROPOSAL FORMAT The items marked by an asterisk (*) are required as part of the Proposal. If these items are omitted, Proposer must submit within five (5) calendar days upon request from the City, or the Proposal shall be deemed non-responsive. All other items must be submitted with the Proposal or it will be deemed non-responsive. 1. *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. . .'ntroduction 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 0.1 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, .-mail address and fax) our Procurement Division may communicate with regarding your services. In addition, information for each reference shall include the description of temporary services provided; and estimated contract amount and volume of hours provided. 3. Fee Proposal: Submit the proposed fee structure, broken out by position description, relative to the Temporary Personnel Services Position Descriptions listed in Section VIII of this RFP. Proposers are not required to submit pricing for all positions~ob descriptions. 4. Acknowledgment of Addenda (IF REQUIRED BY ADDENDUM) and Proposer Information forms; 5. *Any other documents required by this RFP. 15 CITY OF MIAMI BEACH RFP NO. 37-04/05 DATE: 8/3/05 SECTION IV - 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. ImDortant Note: By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. .... NO. 37-04/05 DATE: 8/3/05 17 CITY OF MIAMI BEACH SECTION V . GENERAL PROVISIONS A. ASSIGNMENT The successful proposer shall not enter into any sub-contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute default by the successful proposer. B. INDEMNIFICATION The successful proposer shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful proposer, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful proposer shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. C. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful proposer, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful proposer of such termination which shall become effective upon receipt by the successful proposer of the written termination notice. In that event, the City shall compensate the successful proposer in accordance with the Agreement for all services performed by the proposer prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful proposer shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the proposer, and the City may reasonably withhold payments to the successful proposer for the purposes of set off until such time as the exact amount of damages due the City from the successful proposer is determined. 18 RFP NO. 37-04/05 CITY OF MIAMI BEACH DA TE: 8/3/05 D. TERMINA liON 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: 813/05 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 CITV OF MIAMI BEACH SECTION VII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO THE CITY 1. Proposer Information 2. Acknowledgment of Addenda 3. Fee Proposal Form - Proposer shall submit their own Pricing Proposal form, pursuant to the "Personnel Services Position Descriptions" herein. Proposers are not required to submit pricing for all positions/job classifications. 4. Declaration 5. Questionnaire RFP NO. 37-04/05 DA TE: 8/3/05 21 CITY OF MIAMI BEACH PROPOSER INFORMA TJON 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 ~tems 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 CIT\' OF MIAMI BEACH ACKNOWLEDGMENT OF ADDENDA REQUEST FOR PROPOSALS NO. 31-04105 Directions: Complete Part lor Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of Staff Member Date Proposer - Name Date Signature RFP NO. 37-04/05 DA TE: 8/3/05 23 CITY OF MIAMI BEACH OECLARA TION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this day of ,2005. The undersigned, as Proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this proposal is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach, Florida, for the performance of all requirements to which the proposal pertains. The Proposer states that this proposal is based upon the documents identified by the following number: RFP No. 37-04/05 SIGNATURE PRINTED NAME TITLE (IF CORPORATION) IlFP NO. 37-04/05 DA TE: 8/3/05 24 CITY OF MIAMI BEACH QUESTIONNAIRE Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation. answer this: When Incorporated: In what State: If a Foreign CorDoration: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: RFP NO. 37-04/05 DA TE: 8/3/05 25 CITY OF MIAMI BEACH Members of Board of Directors: If a Partnership: Date of organization: General or Limited Partners: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by Proposer ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. RFP NO. 37-04/05 DA TE: 8/3/05 26 CITY OF MIAMI BEACH Questionnaire (continued) 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes () No ( ) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not ( ) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations~ To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: RFP NO. 37-04/05 DA TE: 8/3/05 27 CITY OF MIAMI BEACH Questionnaire (continued) B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, state same.) 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Proposals. (Use additional sheet if needed) RFP NO. 37-04/05 DATE: 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: Print Name of Firm Signature Pri nt 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-ethniclmulti-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-ethniclmulti-cultural environment. 5. Clerk I! One year experience in general clerical work, possess computer software experience and good people skills. Dependability and self motivation, work flexible schedule, including weekends and evenings. Must have ability to work in a multi-ethnic/multi-cultural environment. RFP NO. 37-04/05 DA TE: 8/3/05 30 CITY OF MIAMI BEACH 6. Clerk III Three year experience in skilled typing and general clerical work, accounting & bookkeeping. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi-ethniclmulti-cultural environment. Must type a minimum of 40 wpm. 7. Bookkeeper / Accountina Clerk II Three years experience in accounting, supplemented by course work in accounting or bookkeeping; or any equivalent combination of experience and training. Must have ability to work in a multi-ethniclmulti-cultural environment. 8. Customer Service Reps / Complaint Operator Responsible telecommunications work in the Safety communications Unit. Retrieving, evaluation, processing, modifying, and inputting information within various computerized and manual information systems. Type 30 correct wpm, effective communication skills, may include weekends, holidays, shift work. Must have ability to work in a multi-ethnic/multi- cultural environment. 9. Customer Service Reps / Communications Operator Entry level responsible telecommunications work in the Safety Communications Bureau. Receiving, screening and relaying information for emergency and other calls utilizing a multi- line telephone and a computer aided dispatch system or other means. Effective communication skills, may include weekends, holidays, shift work. Must speak fluent English and one other language, have ability to work in a multi-ethnic/multi-cultural environment. 10. Personnel Technician I Complex clerical and technical work of a specialist nature. Interpretation of department operations, policies, procedures, dissemination of information, maintains records and reports, computes and compiles data; updates. Types forms, answers correspondence, prepares notices and minutes of meetings. Knowledge of HR preferred. 11. Caroenter Knowledge and skills in carpentry work at the entry level in the construction and finish work including materials, methods and techniques. Maintenance and repair of city facilities. 12. Electricia n Master Electrician's certification, prior experience with drawings and reading blueprints, design an installation of electrical systems. Skilled work at the entry level as an electrician in the construction, maintenance and repair of city facilities. RFP NO. 37-04/05 DATE: 8/3/05 31 CITY OF MIAMI BEACH 13. Plumber Skilled work at the journeyman level as plumber with certificate of competency as a journeyman in the plumbing trade. 14. Service Worker Advanced and responsible manual labor duties of a skilled nature. 15. NC Mechanic Skilled work at the journeyman level in the installation, maintenance and repair of air conditioning equipment, ~nd related apparatus. 16. Painter Skilled painting work at the entry level in the construction, maintenance and repair of city facilities. 17. Buver Specialized technical, clerical and administrative work in the purchasing of assigned commodities. Reviews purchase requests, assists with procurement problems, and solicits quotations. Enters information for issuance of purchase orders. RfP NO. 37-04/05 DATE: 813/05 32 CITY Of MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 August 24, 2005 ADDENDUM NO.1 Request for Proposals (RFP) #37-04/05 FOR TEMPORARY PERSONNEL SERVICES The following additional information as a result of inquiries from individuals is hereby forwarded: 1) The due date for the submission of Proposals has been extended to Tuesdav. SeDtember 6. 2005 at 3:00 Dm Eastern Time. 2) A breakdown of the hourly rates that were submitted under City of Miami Beach Invitation to Bid No. 55-00/01 In September 2001 is attached. Not all of these agencies are currently providing services to the City. 3) Questions and Answers: Question #1: Will the City provide a breakdown of expenditures to temporary agencies for the past year? Can this be broken out by office work VS. outdoorltradesman/manual labor? Answer #1: In round numbers, the City paid approximately the following dollar values to temporary personnel agencies: FY2005 FY2004 FY2003 $1.1 million $1.3 million $1.2 million There exists no specific breakdown of the number of temporary employees that the City utilized or currently utilizes. that can be provided in a report format. It is estimated that at about 50% of the City's expenditures to temporary personnel agencies have been for office work; and about 50% have been for outdoorltradesman/manuallabor type positions. Question #2: As there are various methods of performing them, how extensive should the background checks be that the agencies perform? Are backgrounds performed at both the State and Federal level? How does the City handle foreign national background checks? Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel Answer #2 The City conducts a background check consisting of a criminal background. This would include a check for the state of Florida, and any other states in which the person has lived. If a nationwide check is done, this would pull up any information about the person that was ever entered into the judicial system anywhere within the United States. It would not include anything that they may have done abroad if they came from another country. The City has no way of obtaining accurate information regarding an international criminal check. It is also mandatory to screen to see whether the person is a registered sexual predator. Question #3: Vllhat is the City looking for in a background check? Answer #3: We are looking for any crimes that the person may have committed. We look at the disposition and look for a disposition of "guilty". If the disposition is adjudication withheld, or if the person pled nolo contendere, then we will consider the nature of the crime, when it was committed, and the overall picture. We look for things like violent crimes, Le. domestic violence, crimes of a sexual nature, etc. Some of these individuals may be working with or around children, and so we need to be mindful of the children's safety. We also look for crimes involving perjury or falsification of documentation or information. Question #4: Can you address the issue of performing background checks on foreign nationals, and the questionable feasibility of performing accurate checks in other countries? Answer #4: The only way that any international criminal background information can be obtained, is if the country in which the crime was committed has communicated this information to Interpol. (Interpol is like a clearing house which logs criminal information about people from other countries. This is usually done only by countries that have a relationship with Interpol. It is not possible to verify the accuracy of any of the information that Interpol receives.) If Interpol has received any information, they would communicate this to the United States via the F.B.I. Thus, a nationwide check would reveal such information. Question #5: V\lhat type of drug testing must be performed on all temporary personnel prior to assignment to the City? Answer #5: A five panel test, which must have negative results, consisting of the following: Initial Test Level GS/MS Confirm Test level Amphetamines Cocaine Metabolites Marijuana Metabolites Opiates Phencyclidine 1000 nglmL 300 nglmL 50 nglmL 2000 nglml 25 ng/mL 500 ng/mL 150 ng/mL 15nglmL 2000 ng/mL 25 ng/mL Addendum #1, 8/24/05 RFP 37-04105 Temporary Personnel 2 Question #6: Will City parking passes be made available to the temporary personnel? Answer #6: Yes. upon assignment, the department utilizing the services will address this with the temporary employee. Question #7: If the agency provides additional services that are not requested in this RFP, can the agency list them and provide rates? Answer #7 As this is an RFP and not an ITB, supplemental information may be provided. If you have any question please contact Pamela Leja at PamelaLeja@miamibeachfl.gov or at 305- 673-7490. CITY OF MIAMI BEACH Gus lopez, CPPB, CPPO Procurement Director Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel 3 or- Q o o J, &l) en .... w t) ~ w rn ...J w Z z o rn 0:: w a.. >- 0:: ~ o a.. ~ w I- W t) u: u. o - - - ~ 0 0 en 0 0 0 CD 0 0 It) ~ <0 0 N N It) It') It) C'f N ..- ~ IX! ~ ,.... N CD 0) C'f N ..- &q "" 0> ~ ~ M ~ N M <0 .., N ~ ,...: ....: 0) ...,. M M ..... ,...: .,; M W .... ..- -- ..... .... ..- .... ..... ..... ..- ..... .... .... ..- ..... ..... ..... .,.... .... tilt tilt "" .... .,. .... .,. .... w .... .... .. .... Vt .. ... CIJ t/:l (.) - - ~ ~ It) ...,. M 0 M <0 0 0 It') ~ ~ oct ~ 0 ~ ~ N "": It) oct CO .... "! 0 <( It') "": .... .... M N ri u; N N C"') u; ~ M ..... N ..... U) N N W ..... ..... .... .... .... ..... .... .... .... z ..... ..... ..... ...... ..... .... ..... .... .... .. .,. .... w ... ... .... .... ... tilt "" .. ... ... .... .... "" (.) - ~ It) It) CD fri 0 It) <0 0 8 :g Q) II) f8 ~ ~ ~ ~ << ~ N ~ 0 <0 .... 'II; c( C'\f ~ w ..- M ..- ri . N N N . Z . N ..- N ..- .. ..- N .... ..- .... .... ..... .... ..... .... ..- ..... .... ..- ..- ..... .... ..... .... ..... (.) tilt "" .. .. .... .. tilt M .. tilt .... .. '" w ... .. .. , Ii; ~ It) It) M 0 0 &1 CD .... ." It) ~ It) f8 ~ It) ,.... ~ 'II; "! ~ CD 'II; ..- It) .... c( It) ~ <0 CO) ~ .... M ..- ri It) N N N an z ~ c.; ..- N ..- cO M N .... .... ..- .... .... .... .... .... .... .... .... ..... ..... ..- ..... .... ..- Di: .... .. .... 6I't .... .. M .... ... .. .. ... ... .... ... ... .... w .... CJ - i .... 0 CD CD 0 ~ CD CD 0 It) fri ~ 0 ~ It) It) It) ...,. N U) .... <0 "": ~ ...,. c( C"') 0 0) en OJ Iii N . N an a) . N M cO Z cD cD ...,. cd .... cO ci M .... ..- ..- .... .... .... .... ...... ..- ..- ..- ..- ..- ..... .... ~ ...... Di: .... .... ... Ill') .. .... .,. ... .... .. .... ... ... .... ... tit CJ W II) - i 0 It) <0 0 0 0 N II) II) ~ ~ 0 ~ ~ It) f8 ~ t; 0 N C'\f Ill) aq N ~ CD N ~ N N N M N ri <0 ~ N N ,..: ...,. ri c.; M .... ....: cD N << ..... ..... ..- ..- .... .... .... ..- ..- .... .... ..... .... .... ..- .... .... u .... .... tilt Ill') .. .. .. ... .... .... .... tilt .... 6I't .... 6I't tit W II) UJ I ra a fa IL i w I I jl ~ I i it .. ~ Q I << I Ii] i i w I ~ ~ u- 'a w I II a ~ ~III fIJ i fl I i~ s .. ~ t; ~I ~ a fZ , = , Z ." i ~ III I w ~ I I I = 2 ~ ! ~ ~I ; a ! :) ~ I !I :) III ~ U Q III N M ..,. ." lit .... 110 ~ 0 ... N M ..,. &I) U>> .... 00 .... ... ... ... ... ...... ... ... ... - , ) .- o - o ~ It) m t:: w u ~ w rn -I w Z z o ~ W Q. ~ ~ o 0- :E JJ LJ ;:2 L L ) a: 0 ,.... 0 0 CO ~ N 0 It) C!i CO 0 a It) <C W N N ~ co 'It: "<I' co "II; 0) IX! \0 en Lt? ,... <{ <{ >- 'It Iri ..- ~ N Iri ,.... -i co z 0) co C") z Iri v iii ..- ::1 ~ ..- .... ~ ..- ..- .... ..... ..- ..... ...... .... .- ..... N m .... tR ~ "" "" tit tit .,. "" "" ~ .".. .". ~ ..J UJ z- N II) ,... :R 0 C) C) CD 0 It) ,.... co ~ It) g It) z% ,... C"f co 0) N N O! . ~ It) N .... <( en 0) ou .,; co C"'i cO cD ..j ..j C") cD ..j .,; an z .... cO ci ~ rnUJ .... .- ..- .... - ... ..- - .... ..... .- .- .... ..... &1 ..... o:t- ~ 4IIt ~ ~ flit <<It .". .... .... 4IIt 4IIt lit .,.. .,. ~ W Go ~ ~ i C) en i 0 It) co I &I) It) f2 C) ~ 0 8 N a:Sl N .... 0 co ,.... ('II < It) N < ..... N fj~ ... ..j N c.; .,; N N N cO z ..j cD C"'i z .... cO ..;. Iri - ..- ..- .... .... ..... .... .- .- ... .... ... .... ..... ..- .- :I .. 619 ~ tit .. 619 .,. tit .. 4IIt tit tilt 4IIt .. .. tit =e 0 u t- Z 30: C) It) ..... C") 0 It) co CD 8 It) g co N Lt) 0 co mow ..,. N ~ II) 0 co ..- I") <{ It) ~ < It! co C"? CD :lEA, ..j M ..... c.; .,; N N N ,..: z '<i ,..: .... z ..... cD M N 80 .- .... .... .... .... ..... ..... .... .... .... .... .... .- .- .... .... tilt <<It .,. tit .... .. .,. .... lit .... .... .,. lit tilt lit ~ a:: rn u - a:~ ilia: a.w ~ It) ... co 8 ~ 0 co 0 II) ~ ~ 0 ~ N II) N II) UJ..J N co .... N . ~ en It) It! 0) It) Q) IIIU Iri cO N Iri cO Iri ..;. c.; GO cO a) .,; u) Iri ..... cO 0) ~ ~t- .... ..... ... .- ... .... ... .- ..- .- ... .- .- ..... .- .- .... .... ~u .. .. tit .... tit .. tit .. tilt tit tit .. 6It .. tit tilt tit .,.. 8~ III (II I en Q III! D. ~ C) w w :I ill ~ I ~ I! z ill -Q I it J I! j J I 15 w 0 e I s I I&. Z f! 'C =: I!! r: a I oU: ~J .. i = i Ii! &L z I J e ~ CI II Ie m .z (II ~ :I J I ~ i2 w I aen S ~ s ~ .... I !:i c I 2' ::) ! ~ I ~s ::J ID 8 Co) ~ 10 .... N C") "It an ., .... 10 0 0 ... N "" ~ It) q, .... GO - .... .... - .- .... .... .- .... ,~ ~ e o ~ It) CO .... W U ~ w en ...J w Z z o en 0::: w a. >- 0::: ~ o 0.. ::! w ~ o W N ::i c( o w a. m u ~ ~ N N 0 0 0 <( 0) 0) ~ ~ CIt? c.1: 0 ,...: Iri cO LU Z CD M 0 Z N .... ..- N .... ~ :E .,.. .,.. 4,It fit W ~ ~ W ~ ~ i ~ ~ 0) 0 0 ~ ~ ~ ~ N 0 W N &ri N I.ri ..;. ,... .... M .... .... .,... .,... .,... .,... N ,... U fit fit W fit W .. .. fit ~ &U U) ~ at 0 Sf 8 0 0 < 0) <( (D co <( :I z ,..: z cO cO u) &ri 2 :;:) ~ ,... a ..... ::l -' w ... G.. ~ U 0 N a 0 It) ii <( 0) <( 0) (D ""= <( ~ z ,...: 2 cO CIl) iii Q) z U N .,... ~ .,... M au .. .. ... .. -' au ~ w ~ 8 ~ 8 0 It) z <( <( (D .,... < W 2 ..;. 2 l"') cO I.ri d z ! N .... ~ ,... Q .. .. tit fI) ~ .. w m r: fI) III ii! U -Q i ~I t s 'I a II) ~ I i ... Iii~ w ., II CIO ~ ! I g ...I!! zl I a! ~ III 2 ~ z ::>> ,.. N ", ~ GO eft 0 'I"" 'I"" 'I"" .. ) 5 ) ..... ~ ~ it) m t: w o ~ w Cf) ..J W Z Z o ~ W Q.. ~ ~ o Q.. :::E w .... o W N :J < o W 0- m (J ~ (J w 0 ~ < <( < < < <( co <( D: :z Z :z z z z 0 z ~ ~ ~ g: IL II) a~ &l') al ~ ~ < <( ~ < M ~ Z Z Z cO ~:d M ~ ::1::1 fIJ I t I II) <( ~ <( <( 4( <( N ~ ~ ,..: z z z z z f:l ..., 5 I :IE D: U) 0 0 w ~ 8 0 to- < .... N ~ ~ <( z z ..; N .,; Iri CO) ..- z ~ N ..- .... N ..- ~ .. lit .. lit lit 10 ~ L au a ~c (IJ w J!! i! II IOQ a . w II IL. z i ~z I!! ~ ~ ::) (fa:: . 0 i! ~ ~ !I 10 ~ ~ I ~ I :;) III - 2 . z ::) - N C"J ..,. eo cr. 0 - .. - ) i l- . a: Wo It u.=> z~ <0 :E~ a. T- ~ 0 ah I 8 tl) an m ~ t:: w 0 ~ W fn -J t1 8 w z an z U '" 0 w fn a:: w a. >- a:: ~ ; 0 0 0 an n. a at) ~ w W t- ..J ~ U z i 0 :J: II: 0 0 W Q Iri :IE It) w (I) .. ~ ! ! ~ A- W -' 0 ! 0 0 ~ &ri an IL U tit Z ~ . ~ , 0 5 It :lII: , T- ..J U ., ~ ~ g an &t) w t 0 0 ffi 0 ..J g 11. ~ 0 ~ w CL III ~ 0 0 w Iri ..J ~ ~ 0 a: WW ...IlL g ~9 ,...; It) o~ tit C ~ ~0 38 8 ;;sib :5i mIX w U ~ : 8 u Iri - It) u .. C) : z i u ~ ! ~ &1 ~ tit 8 IX a. IX t1 ~ i 8 w CII ~ N !i ~ ;:, w ~ ::i CJ w ~ ~ lll: ... o q ~ w :It; 0 ~~ 0 Iri I~ ~ ~ w 8 I- m w 0 I- ~ ..: ~ z 0 " 11. ~ 0 Z ..J i ! 8 ! 0 Q :i ID ~ W ~ II. ~ II: ~ SS 0 W 0 ., 0 I- ClIO ~ Z ~ W :J u au ~ fl . ~ ... ~ 0 ~ 0 :::> N u <0 W ~ (f.) w a: :::> t- o U 0 w N t- <0 i: tit C 0 z ~ 52 IX ~ ~ z w 0 w 0 z ~ (; Z W Z 0 ~ 0 0 t- O; !{1 Q Z ~ ~ . g~~ 8 _00 z~O- ,...; :z:: 0- N (.) ::;) .. wzen ~ t- 2 , CL ~cn ::>> (I) OX 8 g _0 Zw . I.... ~ z frl~ :I: t- U W ... . ..J~ ~ffi 8 -0 ~~ a Uw W:x: t- D ~ lll: ... ~ a: 0 --J 8 Zw ~~ Iri . )(..J ~ Z i: ::) ~ ..J W :E ~ W ..J 0 E 0 0 u; ~ It) tit !S )( Z Z :J ;:, w ~ 0 I&. I: . :lC ... . Westaff (USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES Westaff(USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES Table of Contents Title Table of Contents Proposer Information Qualifications . Worker Relationship Management . Contingent Workforce Management . Assessment - Office Environment . Drug-Screening . Background Checking References Fee Proposal Acknowledgement of Addenda Additional Documentation . Declaration . Questionairre 1 Page 1 2 3 4 5 6 7 8 9-11 12 13 14-18 PROPOSER INFORMATION Submitted by: Westaff (USA), Inc. Proposer (Entity): Westaff (USA). Inc. Signature: ~~~ Name (Typed): Patrick T. Hannigan, VP of Contracts Address: 419 W. 49th Street Suite #111 City/State: Hialeah. FL 33012 Telephone: (305) 362-8258 Fax: (305) 362-6980 It is understood and agreed by Proposer that the City reserves the right to reje~~ any and all Proposals, to make awards on all items or any items according to th;..; 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. ~ Y'-hv~ - AUQust 17. 2005 (Authori ed Signature) (Date) Patrick T. HanniQan. Vice President of Contracts (Printed Name) 2 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH Westaff (USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES Qualifications Worker Relationship Management To Match Your Business Objectives Westaff's goal for our Worker Relationship Management {WRMj Program is to find qualified applicants and provide them with a first-class work environment that will promote advancement and achievement. We know that it's our responsibility as a staffing leader to get to know each applicant's strengths, weaknesses, skills and talents - and to place them in appropriate positions that will allow them to excel. Our WRM Program consists of five parts, including an initial, customized six-step selection process that is a proven key to our success. Our approach is different from our competitors. We take the time to get it right. Our program ensures that our associates are completely assessed, oriented and educated about both Westaff's and your expectations. And we follow through with a complete quality assurance program. I. Six-Step Selection Process . Telephone Pre-qualification - Communications skills, applicable experience, schedule flexibility, location, pay expectations, computer skills · Applicant Processing - Application form, references. skill worksheet. Westaff Policy Statement . Westaff Overview - Welcome to Westaff orientation. harassment prevention program. drug free environment program . Behavioral Interviewing - Verify expectations. position, and pay. Review accomplishments & successes. Interview prompter, work history, written and phone script evaluation · Candidate Assessments - Skill tests, niche behavioral assessments, and customized assessments based on client -specific needs · Reference & Background - Employment references. customer-specific drug screens and background checks II. Westaff Orientation · 1-9 Process · SS Verification with · Social Security Administration · Westaff Overview · Policy Review · Procedure Review · Position Expectations IV. Qualitv Assurance · Arrival Check · First Day and Weekly Follow-up · Quality Control Call V. Ongoing Placement We are committed to our associates. Once they finish an assignment, we work hard to find them another placement that matches their skills and your requirements. We believe this approach builds trust and helps us to retain the best associates. Every placement concludes with an . Extended Assignment Review · End-of-Assignment Report Card · Exit Interview III. Initial Placement. Client Orientation & Training · Client Company History · Client Policy & Procedures · Client's Position Review · Client's Performance Expectations · Client Orientation · Review of Specific Client Requirements · Client-Specific Classroom Training - Products/Services - Role Play/Games - Homework - Testing 3 Contingent Workforce Management To Match Your Business Objectives To provide you with the highest quality service and the best workforce solutions, Westaff customizes its relationship with each client to reflect the latest advancements in contingent workforce management, including: Professional Staffing & Recruiting With our network of resources and our experience evaluating candidates, Westaff conducts job-specific recruiting. We are able to fill a wide range of staffing needs, including contingent and contract assignments, temp-to-hire and permanent placements from entry level to senior management. Assessment Westaff thoroughly evaluates our employees by assessing their skills and work characteristics to ensure a good match before they are assigned. We conduct personal interviews, assess job-related skills which may be required and check references so that you don't have to. Pre-Employment Screening For sensitive positions, Westaff partners with experts in the industry to provide fee-based substance abuse analysis and advanced background screenings. Additional levels of screening may be available upon request. Training To ensure that our employees perform at the highest levels, We staff offers skill enhancement courses that may also be tailored to your specific requirements. Many are self-directed using online tutorials and instructional materials. Courses can also be provided in English as a Second Language in conjunction with local educational programs. Coaching and Assimilation With our experience in managing and motivating a vast workforce, Westaff can custom-develop orientation and training programs ai med at your specific workplace and built around your retention and performance needs. Temp-to-Hire Westaff's "try before you commit" program provides you with various fee-based options for either transferring a temporary employee to your payroll or trying out a candidate for a permanent position before you make a final decision. This transfer may be accomplished once a pre-determined number of hours has been completed. Fees are calculated on a sliding scale based on the hours worked on assignment. Permanent Placement We are experts at matching the right people with the right jobs right now. At Westaff we provide a full range of services to locate qualified candidates for positions ranging from entry level to senior management. Services include extensive searches. in-depth interviewing. assessing job-related skills and checking references so that you will interview and hire only the most qualified candidates. In most cases, the placement fee is a percentage of the annual salary. On-Site/On-Location411 Services We can bring many of our administrative services directly to your work site. These services include worker check-in. paycheck delivery and distribution, performance counseling and issue resolution. For more information about these or any other staffing services you may require, please contact your Westaff representative. Westaff, Miami, FL, 305-362-8258 4 Office Environment Talent TRAKsM Skill Assessments The "Office Environment" Talent TRAKsM skill assessments provide an individual profile of each candidate's likely strengths and "soft spots" in addition to predicting overall job success by measuring basic, intermediate and advanced skills in areas which include: · ACT! 2000 for Users · Advanced Spelling · Analytical Skills · Basic Office Skills · Bookkeeping · Computer Literacy · Corrective Proofreading · Customer Service Mind-set Survey · Data Entry 10 Key · Data Entry 10 Key Quick Test · Data Entry 10 Key With Decimals · Data Entry 10 Key Alpha Numeric · Data Entry 10 Key Check Number Database · Data Entry 10 Key Inventory Database · English as a Second Language · Filing by Name · Following Written Instructions · Human Resource Basics · Human Resources Benefits Knowledge · Internet Basics · Internet Research Skills · Macintosh Basics · Mailroom Management Skills · Math Word Problems · Numeric Proofreading · Office Filing Skills · Office Grammar & Spelling · Office Management Skills · Office Math Skills · Payroll · PeopleSoft HRMS · Proofreader's Marks · Punctuation · Reading Comprehension · Shorthand · Typing Test Identifying and Selecting the Most Talented Candidates Westaft's Talent TRAKsM program consists of dozens of behavioral and hundreds of skill assessments. Talent TRAK allows us to identify and select the most appropriate candidates and employees to meet your needs. By assessing skills and reviewing behavioral characteristics, we can gauge a candidate's organizational fit and probability for success within the position. Our goal is to supply the best match for each of our customers - and Talent TRAK helps us achieve this goal. For more information about these or any of the assessments available in Talent TRAK, please contact your We staff representative. Westaff, Miami, FL, 305-362-8258 5 Drug Screening Managed Services To Match Your Business Objectives For sensitive positions, Westaff can conduct fee-based substance abuse analysis screenings. You may also request additional customized inquiries and verifications to meet your specific business needs. Thorough and Accurate Reporting You Can Rely On Westaff's goal is to provide you with the most accurate drug testing available. That is why we partner with proven vendors to provide accurate and timely drug screening which utilizes cutting- edge technology. These are performed using a professionally trained and certified MRO (Medical Review Officer). Our vendors have a proven reputation for accurate detection of a wide variety of substances and comprehensive processes to detect low creatinine, specific gravity, dilute and substitute specimens. Next Day Results Westaff receives 95% of all drug test results the next business day. The information is Web- based and enables us to quickly determine whether the candidate is eligible to work and is in compliance with your organization's requirements. Typical substance abuse analysis screenings will detect: · Marijuana: Up to 30 days · Cocaine: 2 - 3 days · PCP: 3 - 8 days · Opiates: 1 - 2 days · Amphetamines: 2 - 4 days · Barbiturates: 3 days - 2 weeks · Benzodiazepine: Up to 2 weeks · Propoxyphene · Methadone Please contact your Westaff representative to find out more about this or any of our managed services available to meet your business needs. Westaff, Miami, FL, 305-362-8258 6 Background Checking Managed Services To Match Your Business Objectives For sensitive positions. Westaff can conduct fee-based advanced background checks. You may also request additional customized inquiries and verifications to meet your specific business needs. Thorough and Accurate Reporting You Can Rely On The process by which Background Checks are conducted determines quality and accuracy. Some companies provide background checks that are merely pulled from databases and depend entirely upon the accuracy and age of the stored data. Others go to county courthouses and pull actual files but depend on the applicant to supply the names of the counties in which they have resided - which has its obvious limitations. Westaff offers you more. Westaff background checking includes: · County Criminal Search (described belowl · Basic Employment Reference · Education Verification · Employment Credit Check · Unlimited County Criminal Search County Criminal Search To ensure the most accurate background reporting available, Westaff conducts a comprehensive, 4-step criminal record search: 1) A national database is scanned for any 'hits: Although 100% of the counties in the United States are represented in this database, only 75% of the counties represented are up-to-date. Therefore, Westaff adds the following additional steps to ensure accuracy. 2) A proprietary database of more than 19 million records is also checked for hits. 3) A "Trac Report" is conducted to determine in which county the applicant resided the longest. 41 Visits are conducted to ALL applicable county courthouses to determine if the applicant has any verifiable felony and/or misdemeanor convictions. Please contact your Westaff representative to find out more about this or any of Westaff's managed services. Westaff, Miami, FL, 305-362-8258 7 Westaff (USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES References Westaffs CITY OF MIAMI BEACH TEMPORARY PERSONNEL SERVICES RFP No. 37-04/05 Miami-Dade County III NW 151 Street Miami, FL 33128-1983 Martha Perez CPPB 305.375.3248 mdperez@miamidade.l;!ov Adminsitrative and Light Industrial Personnel City of Miami 444 SW 2nd Ave Miami, FL 33130 Maritza Perez 305-416-1907 305-416-1900 Fax Purchase@ci.miami.fl.us Adminsitrative and Light Industrial Personnel City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Nilda Garcia 305-673-7000 ext 11-6882 305-535-7513 FAX Nildagarcia@miamibeach.fl.gov Administrative Personnel Parker Hannifan 15750 NW 59lh Ave Miami Lakes, FL 33014 Jean Barreto 305-418-5281 305-418-5451 Fax ibarreto@oarker.com Administrative and Light Industrial Personnel REFERENCES ADVO, Inc. 5890 NW 163rd Street Miami, FL 33014 305-341-9500 305-341-9509 George Garcia Gg~arcia@advo.com Light Industrial Personnel Bertram Yacht 2663 NW 2151 Street Miami, FL 33142 Manolo Perez 305-633-80 II 786-866-5427 FAX manolo.oerez@bertram.com Administrative and Light Industrial Personnel Macy's 1245 NW 107lh Ave Miami, FL 33172 Larry Fuertes 305-594-6337 305-594.6245 FAX Light Industrial Personnel Graybar 11250 NW 9151 Street Medley, Florida 33178 Michelle Betancourt 305-520-4822 305-520-4950 FAX michelle.betancourt@gbe.com Administrative and Light Industrial Personnel 8 Westaff (USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES Fee Proposal Westaff (USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS Item TEMPORARY PERSONNEL SERVICES 1. Secretary I Pay: $11.75 Bill: $17.16 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. Pay: $12.50 Bill: $18.25 Secretary II/Administrative Assistant Three years advanced experience in secretarial and clerical work including transcription, dictation and execl.t. 9 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 Pay: $10.50 Bill: $15.33 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. Pay: $9.81 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-ethnirlmulti-cultural environment. Bill: $14.32 5. Clerk 1/ Pay: $10.50 Bill: $15.33 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-ethnirlmulti-cultural environment. 9 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH Westaff (USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES 6. Clerk III Pay: $12.00 Bill: $17.52 Three year experience in skilled typing and general clerical work, accounting & bookkeeping. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi-ethnic/multi-cultural environment. Must type a minimum of 40 wpm. 7. Bookkeeoer I Accountina Clerk II Pay: $12.50 Bill: $18.25 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 Pay: $10.00 Bill: $14.60 Responsible telecommunications work in the Safety communications Unit. Retrieving, evaluation, processing, modifying, and inputting information within various computerized and manual information systems. Type 30 correct wpm, effective communication skills, may include weekends, holidays, shift work. Must have ability to work in a multi-ethnic/multi- cultural environment. 9. Customer Service ReDS I Communications Ooerator Pay: $11.75 Bill: $17.16 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-ethniclmulti-cultural environment. 10. Personnel Technician I Pay: $12.50 Bill: $18.25 Complex clerical and technical work of a specialist nature. Interpretation of department operations, policies, procedures, dissemination of information, maintains records and reports, computes and compiles data; updates. Types forms, answers correspondence, prepares notices and minutes of meetings. Knowledge of HR preferred. 11. Caroenter Knowledge and skills in carpentry work at the entry level in the construction and finish work including materials, methods and techniques. Maintenance and repair of city facilities. 12. Electrician Master Electrician's certification, prior experience with drawings and reading blueprints, design an installation of electrical systems. Skilled work at the entry level as an electrician in the construction, maintenance and repair of city facilities. 10 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH Westaff (USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES 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. NC Mechanic Skilled work at the journeyman level in the installation, maintenance and repair of air conditioning equipment, and related apparatus. 16. Painter Skilled painting work at the entry level in the construction, maintenance and repair of city facilities. 17. Buver Pay: $18.00 Bill: $26.28 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. 1 1 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH Westaff (USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES Acknowled2ement of Addenda 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 ~'. ).. l.\ . c 5, ' 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 Westaff (USA). Inc. Proposer - Name l~~M Signature Patrick T. Hannigan, Vice President of Contracts AUQust 17. 2005 Date 12 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH Westaff(USA), Inc. Request for Proposals (RFP) No. 37-04/05 TEMPORARY PERSONNEL SERVICES Additional Documentation DECLARATION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this _.J1J:.b_ day of _______Jl.~jj:__________, 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 ~~iGNATURE _.1.1- t rj c k_I~-H.i!.r!.n; CJ a n___________ PRINTED NAME -_..Y...i..f~-E!'~~iQ.~ n t 0 f j:.Q n t ra c ts ________ TITLE (IF CORPORATION) 13 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH QUESTIONNAIRE Proposer's Name: ------------____~~jJEff_Lus~J~~~___________ Principal Office Address: 298 N. Wiget Lane Walnut Creek. CA 94598 Official Representative: Kemp Mobley - Local Franchise Representative Patrick T. Hannigan - Corporate Representative Individual Partnership (Circle One) Corporation If a CorDoration, answer this: When Incorporated: 1986 In what State: Cal ifornia If a Foreian CorDoration: Date of Registration with Florida Secretary of State: June 5, 1986 Name of Resident Agent: CT Corporation System Address of Resident Agent: 1200 South Pine Island Road~ Plantation. FL 33324 President's Name: _l~Jrjfi~_New~~_____________________________ Vice-President's Name: Dirk Sodestrom Treasurer's Name: Chri sta Leona rd 14 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH Members of Board of Directors: w. Robert Stover Patricia Newman Dirk A. Sodestrom If a Partnership: Date of organization: Not Aoplicable Not Applicable General or Limited Partners: Not APD 1 i cab 1 e Name and Address of Each Partner: NAME ADDRESS Not Applicable * Designate general partners in a Limited Partnership Not Applicable I. Number of years of relevant experience in operating similar business:__~z._______ 2. Have any similar agreements held by Proposer ever been canceled? Yes ( ) No (X) If yes, give details on a separate sheet. 15 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH Questionnaire (continued) 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: No 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No (X) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not (X) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: The Company is not currently a party to any material litigation. In the ordinary course of its business the Company is periodically threatened or named as a defendant in various lawsuits. The principal risks that the Company insures against are workers' compensation. qeneral llability. auto liability. property damage. alternative staffing errors and omissions. fiduciary liability. fidelity losses and lawsuits brought by employees and former employees. 16 RFP NO. 37-04/05 DATE: 8/3/05 CITY OF MIAMI BEACH Questionnaire (continued) B. List all judgments from lawsuits in the last five (5) years: US District Court, Eastern District of Tennessee: Sandra Wells vs Westaff, Inc. Judqement of $1.616.00 in favor of plaintiff. 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) Patrick T. Hannigan, Kemp Mobley, Jim Mobley, Maria Fernandez 17 RFP NO. 37-04/05 DATE: 8/3/05 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 WITNESS: ~ r~ Sign~ Mary E. Ellis Print Name Print Name IF CORPORATION: (CORPORATE SEAL) Westaff (USA), Inc. Print Name of Corporation 298 N. Wiget Lane Walnut Creek. CA 94598 By: .RM;: ~ddress Patrick 1. Hanni:an, .. iUe President Attest: ~ ~ /I.c ~ 1 ~ Bojfie A. MCDO~ CITY OF MIAMI BEACH Secretary RFP NO. 37-04/05 DATE: 8/3/05 :::- E~\-\ \ ~'\T ~ - - ORDINANCE NO. 2001-3301 AN ORDINANCE OF THE MA YOK AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, CREATING DIVISION" TO BE ENTITLED "LIVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES", OF ARTICLE VI, ENTITLED "PROCUREMENT", OJl' CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTITI..ED "ADMINISTRATION", BY ESTABLISHING A LIVING WAGE REQUIREMENT FOR CITY SERVICE CONTRACI'S AND ESTABLISHING A LIVING WAGE FOR CITY EMPLOYEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECfIVE DATE. WHEREAS, the City of Miami Beach awards private finns con1rldS to provide scrvjccs for the public. The City also provida financial assiltance to promote economic development and job growth. Such expenditures of public money al.o servo the public purpose by creating jobs, expandinl the City's economic bale. and promoting economic security for all citizens; and WHEREAS, such public expenditures should be spent only with deliberate purpose to promote the creation of ful1-time, permanent jobs that allow citizens to support lhemaeJvea and their funilies with dipity. Sub-poverty level waps do not serve the public purpoae. Such wapi instead place an undue burden on taxpayers and the community to subsidize employers paying inadequate waaes by providing tbcirempJo)'ees with sociuscrvicclluch IS health care, houainl. nutrition, and energy Ulistance. The City hu a responsibility when spending public fundi to set a community ltandll'd that pennitl fuji-lime workers to live above the poverty line. Therefore, conltaclors and subcontractOR of City service conlnCtlshould pay their employees nothinl Jcu than the livinl waF herein dclcribcd; and WHEREAS, in addition to requiring livinl wages for City services provided by private finns, the City wi she. to serve II an example by providinl a IivinJ wIJe to IU City employees. NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, ~ORlDA AS FOLLOWS: SECTION 1. That Division 6, to be entitled "Livin. Wale Requirements for City Contrxts", of Article VI, entitled "Procurement", o(Chapter 2 of the Miami Beach City Code entitlecl"Administration" i. h~by created to read u follow: lof9 Chapter 2 ADMINlSTRA TION . . . Article VI. Procurement . . . Division 6. Uvin, WIJe Requirements for Service Contracts Mod City EmploYees . '" " Section 2-401.R..P1" DeDnltJODl eal "City" means the Rovemment of Miami Beach or any authorized .Jents. anv board. apney. commission. deJ)8I1ment. or other cntiJy thereof. or any successor thereto. Cb) "Covcllld Emolowe" mean. an~e emDloved by the City or any Service Contractor. II further defined in thi. Division. either full Of part lime. as an cll1Dlovec with or without benefitl or II ~ in.ndehl conb'lJ;tor. eel .'Coyered BmDlo}e'" mean. the City and IIt1Y and III Service Contnlctora. whclber contrlClinl directly or indirectly with the City. and aubcOhtractora of a Service Contractor. Cd) "Service ContrICtor" iSlny individual. bUlineu entity. cOlp)ration (whether for Drofit or not for pmfitl. oartnenhip. limited Jj~i1i\y COII\Pany. joint venture. or similar business who I, conduclin, busineu In ~ami Beach. or MilU'Di Dade County. and meets one (1) of the two (2) fOllow,n, criteril: (I) The Service Conb'aCtor i.: <a> paid in whole or pad from one orm(ftoftheCi~'I'JIBneraI'fund: c__pitaJ pmiect finds. ~II revenue funda. or anv other funds either directly or indirectly. whether by comoetitive IUd prp:ell. infonnal biela. lMuatI for 1lI'ODOIaIa. some fann of solicitation. ne,otiation. or ureement. or any OCher decialqo to enter into a conlnet: or (b) enprt in the busineu of. or part of. a conlnet to pmvidc. a subconb'8CI to provide.. or .imJlmiv li~ted to DI'Ovidc.. aervicel. either dinetly or indimcdv for ~ beneftt of the Citv. However. thia doea 1I01lw1y to contr8CtI related primarily to the aaJe of oroducIa or EmIL tel '"Covered Servicc:a" are the lwe of service. Dwchued bv the City that are subiect to the lIIquilalentl of Ibis Division which include the followin,: (I) Citv Semce Contncu Conll1lctl inYolvin, the CiCy's expenditure of over $100.000 per year Ind which include the 'oUawin, ~ of servtpes; Cl} food 1XqJII1IIion ~or distribution: (2) aecurlty aenlCCl; (3) routine mlintenanc:e services such as cuatodial. cleanin,. cOOU'uten. _&lie removal. rc,pair. refinishill2. and rec~lin,: 20f9 .. (4) clerical or other non-suoervisory office work. whether temporary or pennanent: (S) tranaoortation and IFldn, services: i6} printin, and n;production Iel'Yj~: (7) I...,mc.pin... Lawn. and or .,ncultural services: and ill park and public place maintenance (2\ Should anv service. thllllnl heiD2 nerformed bv City EmnJQwesll the time this ordinance ia enlded be solicited in lbe futWl! bv the City to be nerfonned b~ . Service Contraetor. s~h 1e~;Cl!& ,hall be Coyerm Services subiect to thi. Diyision~ SKCTION 2~8. ...".... LIVING WAGE (.) LlYlnIW."~ld~ ill Senb COlllNetoq, AU Service ConlrlctOl'll. .. defined by thil Division. entmin, into a contract with ~~ Ci~ of Miami Beach shill DaY to all ill ~pJo}'llel who provide ~ices covered bY rhil Divilion. a livin, waae of no leu than SB.S6 an hour with health be~fi~~~; a livin, w-.e of not leas lh@n 59.81 an hour without health ben"'t.. II described in this SectiOIl. (2) a.v EmDIo- Por Ct'>' ~lQ)'eCI under the City Day plan. the Cily will be8in to pay alivinR Waft consislent with the Roall and term. of this Divi.ion on phase-in b8iis b;;";;in~~~ the 2OOJ-2OO2 City budpt vear. io~aift, on an annual basi. incremeni;U;; the LiViD, W.,r- il fully implemented for City employees in the 2003~ Ci~ bu.t )'Car II m~ be actiusred pursuant to lubaectfon Cd below. The';.... d; LiWlR Woe to be oaId bv the a,v to ita emnloYma man not be mml!lCt to the an~~ indexin2 usin2 the ConIu~ Prfce I"dfi!1l for alllJrb.n Conaumera (CPI-m lIlauirwl UDdm- aubla!tiOll lc;q ~Iow and in.tP-ad IhAII be .ubiect to neRotiatiCXll wtrt}in the collective banraininlr StructUM. (bl H....th Beqenll. Por a Covered BlQPlover or the City to comDJy with the ljvinR wap Droyilion by chODlin, to ~ the lower ~ acale available when . Covered BrnPlo)'lll' ~ DrOyidel health benefit.. such health benefits shall coqsjlt of pavment of :::~.~~: hour town the provision of health CII8 benefit. for cO;;;; &;.9 d h i degmWntl. If the health benetitl plan of the Covera BlnlJloyer or th; at;;;~~ ~~ ini~aI period of emDlovment for a new CJnDIQyeC to be eJipble rei' health benc!filll~~:: p;pdod) such Co~ EmDJover or City may aualify to DlV the S8.S6 per hour _ durin, the new ~W!le.. initial elilibUi~ period pmvitWt the new eJQpl~;; ~IJ be p;j"ci health benefit. ~pon comoletion o( ,he elilibility Pcrlod. Proof of the Dro~::e ~~t:fith benofitl mUlt be submitled to the awllrCfin2 aUthority to qualify for the for emglqyeel with helllh benotil4. (el IncIedntr. The livinR WiRe will be automaticllfy indexed eICh vear usin, the Consumer Price Index for III Urban ConlUmen (Cpr-In unless the City CommiuioD ~U;~~-;; it would ,!ot be fiscally sound to implement the CPI-U in I DlJ'ticuJar year. 30f9 Cd) C,rtlftcatlon Reaulnd Befon r.vment Any and all contracts for Covered Servjce~ shall be void. and no funds may be released. unless prior to enterina anv alp"Oement with the Cry for a Covered Services contract. the employer certifies to the City that it wiJJ Di\)' each of ita emplo,ees no leu than the livinR w.,e described in Section 2-408 (8). A copy of this certificate must be made available to the public upon reqUClt. The cc;rtificate. at I minimum. mUlt include the followini: (1) the name. Address. and Dhone number of the emplover. a local contact penon. and the specific moiect for which the Covered Services contract is sount: (2) &he amount of lhcCovered Services contract and &he City Department the cQntract will lerve: (3) a brief dacriotion of the prQiect or .,rvice provided: (4) a statement ofthe ~p level. for all emoloyecs: and (~) a commitment to pay all ernplQYCCS a Jivjn, wan. a. defined by oaruraph Section 2-i08 ea}. te) Ob8enatloD 01 Other La... Every Covered EmDlo\lee shall be Daid not Ie.. than biweekly. and without aubsequent deduction or rebate on anv ICCOUDt (exceDt 81 such ~II deductions 81 are directed or pennittcd by law or ~y a collective bll'Jainin, qreemenO. The Covered Enmloycr shall p., Covered Bn\pIQyeeI walle rates in accordance with federal and all other aDDlicable laws such u overtime and aimil_ waJC !mL (I) ~.. A cogy pi the ljvinl was rate shall be kept polled bv the Coven:d Ernplo)'Cl . at tbe aite of chc work in a prominent Dlacc whme it can cully be seen and mad by the Coveted BmDIQ~ and shall be .,,-ied to the aqployee within a reuonabJe time after a request to do 10. Poa.in, requirements wiD not be required where .he Covered Emplovcr Drints the 'oUowin, ltatements on the fronl of Ihe Covered Bmplowe'. tint p~ and evety six rnontha theftllftr:r: "You III'C reauircd by City ofMiuni Beach Jaw 10 be plid at 1eut S8.S6 dolllUllIft hour. If)'Ou are not paid this hourly rate. contKt ~ e~IQ\'eI'. an altQl'DOY. or the City of Miami Belch." AU notices will be printed in ~iah. $paniah. and Creole. lJl CoUedI.. R....lnl..._ Nothin, in this Division .hall be read to O'Qllire or authorize any Covered BJqplo.yer to reduce w.plsct b,y a collective barpinin, all'eCment or are reauired under any prcvailin, waF law. 40f9 SECTION 2-409, RINPved IMPLEMENTA TION eal Procurement SDeclncattons. The livin! wa@c shall be reauired in the procurement specification. for all City service contracts for Covered Services on which bids or Drq,oloJS shall be solicited on or af.er the effective dale of this Division. The DI'OCUremcnt .occific.tionl for applicable Covered Services contracts shall include 8 reauirement that Service Contractors and their .ubcontracton lIIgR:e to produce all documents and ~rds rclatin, to pa.yroJl and compliance with this Division "pan reauest from the City. All Covered Service contrIC's awarded subsequent to the date when this Division becomes effective. shall be subiect to the reQuirements of this Division. (b) Information DI.trlbu~. All requests for bids or reqUClts for DI'ODOsal. for Covered SJ'rvicel contl1lcts of SlOO.OOO or more shall include ap-proDriate infonnation about the requirements of this Divilion. eel MIlia_ana otPayroD Records. P.Al!h Covered HmDlover sha)) maintain oavroIJs for all Covered Enwloyees and basic recorda relllin, theme _d shall preserve them (or a DCriod of three C3l vean or the term of the Covered Service. contract. whichever is I!reater. The record. shall contain: (I) the name and .tfdl'Ml of each Covered Bmployee: (2\ the iob title and cl_iftcadon: (3) the number of hours worked each ~: (4\ the eros' WII!CS earned and deduction. made: (S) annual wa,ea paid: (6) . cOPy of the lOCi.1 security returns and evidence of Davment Ihcn:of: (7) a record of mnac benefil payments includinR contributions to apj)roved plana: Ind (8) Iny other dati or infonnation this Di vision should requR from time to lime. Cdl ReDOrtlnll Payroll. Bverv six (6) months. the Coyered Bmolover &han file with ttF Procurement Din!Ctor a cftmnll!te oa'\ll'OO dtowin. the CoVI!n!ld BmnloYm" I navroU recorda for,..Jtl!h CoYell'Jd BmDlowe wortintr on the contmct(al for Coyemd Senice. for one navmll oeriod. Upon reauelt from the City. the Covered BnwIQ)W dudl produce for in~tion and copyin, ita Dayroll recordl for any or all of il' Covered EmplOYeeS for any period covered by the Ceveml Service contract. The City may examine oavroll records u ~.d to ensure comDliance. 8&iL-nON 2-410. a.IPI'" COMPLIANCE AND ~ORCEMENT. eal Sema Coalncfor to Caoaeral& The Service Cofttractor shall ocrmic City emolovees. aFIIII. or npacnlatives to observe work bein, performed II. in or an the proiect or matter for which the Service Conlractor baa . contract. The City re,presentative. mav examine the boob and recorda of the Service Contractor rel.tin, to the emDlovmenl and 1)~JJ 10 detennine if the Service Conlracler is in comDliance with the provision. of this Division. .5 of 9 . . 0.1 ComDJalnt Proc~ures and SanetlODs. (1) An emoloyec who believes that this Division II)Jllies or apDlicd to him or her and that the Service Contractor. or the City. I. or wu not co~lyin, with the requirements of rhi. Division has I ri,hllo file a cODlPlaint with the Procurement D~or of the City. Complaints by employees of alleJed violations may be made al alty dine and shall be investiared within thirty {JOl days by the City. Wrilten aDd oral statementa bv an employee shan ~ treated 81 confidential and shall not be diaclOled wjthQut Ihe wrilten consent of the employee to the extent "Jowed bv \he Florida Stahlte&. (2) AnY individ...1 or entity lI'IIO' also file a comol.nt with Ihc Procurement Director of the Cley on behalf of an empJQyee for jnveatiarion by the City. (3) It shall be the feIpOIIIibilitv of the City 10 invariate all a1leptiona of violations of this Diviaion within thirty (30) dltYL If. II any timB. the Chy. q,gpn investiration dBlennlnelthat a violatiOn of this Division ha. occurred. it .hall. within Ien nO) wortin, d-..vs of a tindin, of non-compliance. il'be a notice of c;OI'I'eCtive ACtion to the elllplO)'lf ~ifvin, III areas of non-complianc:e md deadlines for IaOluliona of the identified violations. If a Service Contrlctor r.11 IQ conwly with any notice ;...~ the CiCY Man8p" or the City Manqer'l _ipee -.y ~ue In order in wridn. to the Service Contnclor. by ccrtifjed mail or hand deHverv. notifvinR the Service Contractor to ~ at an adminillrllive hearin, before the City Man.,er or the Ci~y Mana.....'. deaf..- to be held at a time to be flx.ed in such order. w"ich dale ahaJl be not les.than five C,) days after service thereof. C41 The proceedire,slhlll be infonnal. but.hlllaffqrcl the Service Contractor the riot 10 Ie.tify in the Service Contractor's own defense. prelfnt witnesses. be I"eDRIRnted by counscl. submit relcvAnt evidence. cross examine witnesses and object to ~videnc~ C'l The proceedin.. &hall be recorded and minutel kept by Ihe City. Any Service Contractor !'eQuidn. verbatim minules for ;udidaJ review may arran,e for the llCrViceI of a coon reDOrter at the exoenae of the Service ~ontractorl (6) Within ten (10) ~ of the clOle of the hemin., the City M-.,er or the City M~...'. delipee ...11 render. dec;iaion in writin, cIermmi~ne whether or nol the Service Contractm i. in CDq)Iiance. or whether other acti9D mould be laken. or whether the maltl'!r should be continued. u the case may be. and .tatinR thc rellODS and findinD of rEI. m The CiCy M...... or the City Man~l!r'. delianee shall file findinRl with the City Clerk. and .hall send a tJUe and COI1IlCt con of hi. order ~ .fifd mail. return receipt req~.ted. or by hand dc1ivCQ'. to the busincs. address u thc Service Contractor shall deaipl8le in writinC. (8)lbe City Man...'. or dcsipe,'s findinRl shall cODltitute the tinal administrativc action of the City for puroo&el of judicial review under Slate law. 60(9 . (9) If a Service Conlractor fails to seek timelv appeIJate review of an order of the City Mlnuer or the City Mana2er's desiJnee. or to complv timelv with such order. the City m.v Dursue the enforcement of sanctions set forth in Section 2- 4) 0 (c), Cel Prlv.... ...hl or A'f~'on AnllUt SerYlc:e Contrador Anv Covered Emn)ovee of O{ former Covered P..mn'owe of a Service Contractor mav. in_lead of Ulilizinll the City adminl~trative DI'OCeduns let forth in lhil Divillion. but nol in addition to such ~ureT brinll an action bv filinllluil 8...in.l1 me Covered ElDDlovel' in anv court of cOI1\Detent jurildiclion to enforce the nmvisions of lbil Divillion and mAV be awalYlM b8ck nav. benefits AttomeV'. fees. and costa. The ..icahle IIAtute of limilalionl for such A claim will be two (2\ vean u nmvidM In Florida Statuto Section 95.1 1 (4\lc\ for an action for DaVID!!!"! of wan.. The court may allD imDOl8 Sanctionl on the Service ConlnCtor. includinll those oenon. or anti tiel &idint! or ahl!ttin. the Service Contractor. to include WAlle re.titution to the affected Covemd F.mDlovee and dama._ Dtvable to the Covered HmDlovee in the sum of QD to $500 for M~h week each Service Con!1'IICtor il found to have violated this Division. Cd) SandloDl Anlnlt Service Contradon. For violations of this Division. the City shall sanction . ~crvice Conb'BCtor by l"eQuirin, the Service Contractor to pay w_. restitution at the emplQYCrs expense for each affected employee and may access the foUowin,: (1) The City IIUlV irnpDIC dam.,. in the sum of $500 for each week for each emploYee found to hive not been paid in accordance with this Division~ andlor (2) The City may..usoend or tennin.1e oavment under the CoveIal Services contract or tenninate the conlrlct with the Service Contractor: andlor (3) The City m., cicci_ the CJDolc.Wer ineli.lible for future service contracts for three (3) vem or until all oenaltiea and restitution have been paid in fuU. whichevc;r ia longer. In addition. all erDoloyera shall be inelipble under this section where princi" officers of the employer were principal officers of an emplQyer who violated this Division. lel Public Record of Sanc:tlonl, All such sanctions recommended or imDOsed shaH be a mailer of public record. en RanIl6l.. for Aldlal! and AbeWnt!. The unctions in Section 2-410 ec) shall also aDoly to II1Y plll'tv or parties aimn, and .bettin, in any violation of thi. Division. fa) R......dcm .ad DlKrlmlnatlon .rred. A Covcn:d BrnolQvcr shall not disehll'2.e. -'-- dae co~ation. or otherwise discriminate Apin. any Coven:d Emoloyee for maid.. a coJllPlaint to the Citv. or otherwise uleltin, his or her rimu under this Diviaion. parlicipatina in any of it. proceedinp or 011,.. any civil remedies 10 enforce hi. or her rimrs under this Division. Alle....iOl'll of t'IlbIlialion or dillCriminBlion. if found II'Ue in a proceecUn, under par&Jl'Bph (b) or by a court of competent iurisdiction under pal'Bp'.h (c). .hallllllult in an order of restitution and rein.llatcmenl of a diachlU'2ed Covered Bm.,pJoyec with back pay to the date of the violation or such other relief as deemed ...-amiate. 70f9 ~ : (hl Enforcement Powers. If necessary for the enforcement of this Division. the Cirv /........1\' Commission may issue subooenas. conwe. the attendance and testimony of witDesleI and D~tion of book... DIDelI. recorda. and documents fe.aUn, to pavroll records necessarY for hellinl[. invesb,alions. and proceedinn. In case of disobedience of the lub,poenL the City Attorney may IpjPlv to I court of competent iurisdiction for an order requirin2 the attendance and testimony of witnelllel and nroductiQn of books. papers. ~orda. and documents. Said court. in the case of the refusal to obey .uch subjKJenl. after notice to the penon subj)oenaed. and upon findi", thll the ~ndance or testimony of such wilnenel of the production of such book.. naDell. records. and documents. u the cue may be. is relevant or necca...., for such hearin,s. investiptions. or proceedin,s. mav issue an order requirinl[ the attendance or testimollY of such witne&1eI or the production of luch documents and any viol.ion of the court', Older m~ be punishable by the court IS CGntenlP1 t~f. (j) RemedJ. Herein Non.Exd_l... No remedy Bet forth in this Division i. intended to be exclusive or a prerequilite for uaertin, I claim for relief to enfOlCf the ript. under this Division in I court of law. 1bi. Divi.ion shall not be con.trued to limit an eqJlovce's riiht to brinl[ a common law cause of action for wronsful tennination. SECfION 2. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same arc hereby repealed. SECTION 3. SEVERABIUTY. 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 made a part of the Code q( the City of Miami Beach, Florida. The sections of tbis Ordinance may be returned. 80f9 . , SECTION 5. EFFlCTlVE DArE. This Ordinance shall take effect on the 28th day of AprU . 200]. PASSED and ADOPTED this 2!!!!.. day of April. 2001. A TTF.ST: JftJ MAYOR _t2clLl.0- f(c;lc.1~ CITY CLERK 1It readina 2nd reana XX ~dln&nc. No. 2001-3301 APPROVED AS TO FORM & LANGUAOB & FOR BXBCtmON r- ;;:--(")1_ 'CIlN"_~_-.......___.. 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 "UVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES";BY AMENDING SECTION 2-408(b), ENTITLED "HEALTH 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 ANEW EMPLOYEE THE $I.H PER HOUR WAGE SCALE; PROVIDING FOR REPEALER, SEVERABILITY. CODIFICATION, AND AN EFFECTIVE DATE. WHEREAS, the City award,s contracts to private firms to provide serVices for the public and also provides finandal 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 alow citizens to support themselves and their families with dignity; and WHEREAS, sub-poverty level wages do not serve the public purpose, and such wages place an undue burden on taxpayers and the community to subsidize employers paying inadequate wages by providing their employees with social services such as health care. housing. nutrition, and energy assistance; and WHEREAS, the City has a responsibility when spending public funds to set a community standard that permits full-time workers to live above the poverty line, and therefore. contractors and subcontractors of City service contracts must pay their employees nothing less than the riving 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 riving wage to arl City ennployees. . NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: SECTION 1. AMENDMENT OF CITY CODE That Section 2-408(b), entitled "Health Benefits", of Division 6, entitled "Living Wage Requirements for Service Contracts and City Employees", of Article VI, entitled "Procurement", of Chapter 2, entitled "AdmInistratIon, of the MIami Beach City Code Is hereby amended to read as follows: Chapter 2 ADMINISTRATION * * * Article VI. Procurement * . . Division 6. Living Wage Requirements for Service Contracts and City Employees * . . . SECTION 2-408. LIVING WAGE . . . ,It) Health .IRefUs. Fer a C9'owed EMpleyer 9r IN CI~: te _"'PlY with '~e li'liAII walla 'f8~,lli8A by Sh99liRI te ,ay the la,:.,.r wage Issie ...Rable wheA a Cet.'e..." iMplayer al19 pM'M81 heallJ:l beRer., ,..sh health HARIB ,hall S8Alllt af p&ymeAt ef al laa,1 $1.21 per he.., tew&RlI 'he pf8\fllIeA ef "e.l* .,. beReIIa fe, CWJered ElRplayeel aAd 'heir "e,eR"e,,'., If the health beR_Is pl8A sf the Ca'/ered impleyer er tl!.e City ,...ul..., aA iAitlel peAM af emp/GymeAt fer a Rew eMpleyee te H ellflilJle fer health HAefils (elltllblllty peRM) I"Q~ Ce'.,.," 'mpleyer er City may "yalily Ie pay 'he $8.11 per heur vrM18 I.'a dYRAg tlta Aew emp.e'. aliell.lllity peFkMI pAMde" the new a"'playaa ':Jill be ,aid Itsalth araAetlle YpeA GefRplelleA ef the elllll.llllty pMM. Preet at the pre'.ilieA sf he.1th Nfl.. ",..st be .....Itt.., Ie I~a wNaRllAgMl'"eFMy Ie ....allly fer tAa wage Fate fer 8"'pleyea, ..-:ith healt~ beAefits. (~ Health Benefl": ella.bUIIY Derlod. For a Covered Emplover or the CIlv to comDlv with the IlvIno w.oe provision bv chooslna to DaY the lower w.ae .cale available when a Covered Employer allo provides health benefit.. such health benefits shall con.lst of paYment of at I.ast 51.25 Der hour toward the DtOvlslon of health benefats for Covered EmoIovees and their deoendents. If the health benefits plan of the Covered EmDlover or the CItY reauires an initial oel1od of emolovment for a new emDloyee to be eliaible for health benefits (aUDibility oerlod) the IlvIoo waae Drovlsion shan be comDlled with as follows durina the ellalblllty D8ri0d: (1) Provided the new emDlovee wi be paid health benefits UDOn the comDletlon of the ellalblltv oerlod. 8 Covered EmDlover or the CJty may onlv auallfy to DaY the $8.58 oer hour waae seale for a term not to exceed the first nlnetv (JM)) days of the new emDlovee', elIGibility period. said term commendna on the emDlovee's date of hire. Proof of the Drovision of health benefits must be submitted to the awardina authority to 9ualifv for the W80e rete for emDIOV8es 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. 90DIFICATION. 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 day of ,2003. ATTEST: MAYOR ~~ ftttJ.u-. CITY CLERK -...,- -,' 1st reading 2nd reading ",.~....AtllO POIIMaLAt1GUAG8 aPCIIIIllOU1'lON T:\AGENOA\2003\apr0903\nIguJ.l\Llvlng Wage PRlb Par CM 03 ard.doo _1~1