HomeMy WebLinkAboutDavid Woof Personnel
;;000 - ;1f,091
1}~6 - eif:
PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH, FLORIDA
AND
DAVID WOOD PERSONNEL
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 111h day of JANl/A/J~, 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 DAVID WOOD PERSONNEL (hereinafter
referred to as Contractor), a Florida corporation, whose address is 51 N.W. 100 TH
Avenue, Plantation, Florida 33324.
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
COMPENSA TION
3.1 FEE
Contractor shall be compensated for the Services, as set forth in Section 2 and
Exhibit "A", based on the temporary personnel services provided, as needed, by the
City. The hourly rates set forth in this Agreement shall remain fixed and firm for the
duration of the Agreement, subject to negotiation based on Consumer Price Index -
Urban Areas (CPI-U) or City's Living Wage Ordinance (as same may be amended) rate
increases.
3.2 COMPLIANCE WITH CITY'S LIVING WAGE LAW
Contractor acknowledges that it shall be required to compliance with the City's
Living Wage Ordinance, pursuant to Section 2-408 of the Miami Beach City Code, as
same may be amended from time to time. At the commencement of this Agreement,
pursuant to the City's Living Wage Ordinance currently in effect, Contractor shall be
required to pay all employees who provide services pursuant to this Agreement, a living
wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits
for a total minimum value of $9.81 an hour, or a living wage of no less than $9.81 an
hour without health benefits. Contractor's failure to comply with this provision shall be
deemed a material breach under this Agreement, under which the City may, at its sole
option, immediately terminate the Agreement, and may further subject Contractor to
additional penalties and fines, as provided in the City's Living Wage Ordinance, as may
be amended. The most recent copy of the City's Living Wage Ordinance is attached as
Exhibit B hereto; notwithstanding the. preceding, it shall be Contractor's sole
responsibility and obligation to familiarize itself with the Living Wage Ordinance, as well
as any subsequent amendments thereto.
3.3 TEMPORARY TO PERMANENT
In the event that that the City, at its sole discretion, elects to employ a temporary
employee, no fee and or penalty of any kind (resulting from the change in status of the
temporary employee from temporary to permanent), shall be assessed by the
Contractor.
3.4 INVOICING
Contractor is required to furnish the following information on its invoices for
temporary personnel supplied to the City:
- Purchase Order number issued by the City's Procurement Division
- Department and location within the City of temporary services provided
- Full name of individual performing the service
- Job classification
- Number of hours worked, by date
3
All invoices are subject to verification, approval, and processing by the City department
requesting the temporary personnel.
3.3 METHOD OF PAYMENT
Payments shall be made for Services satisfactorily rendered within thirty (30)
days of the date of proper invoice. Contractor shall provide invoices in duplicate to the
manager or department head of the City department utilizing the temporary personnel
for which the invoices are for.
With a copy to:
City of Miami Beach
Accounts Payable Department
1700 Convention Center Drive, 3rd Floor
Miami Beach, FL 33139
SECTION 4
GENERAL PROVISIONS
4.1 RESPONSIBILITY OF THE CONTRACTOR
With respect to the performance of the Services, the Contractor shall exercise
that degree of skill, care, efficiency and diligence normally exercised by recognized
professionals with respect to the performance of comparable Services. In its
performance of the Services, the Contractor shall comply with all applicable laws,
ordinances, and regulations of the City, Miami-Dade County, State of Florida, and
Federal Government.
4.2 PUBLIC ENTITY CRIMES
A State of Florida Form PUR 7068, Sworn Statement under Section
287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's
Procurement Division, prior to commencement of the Services herein.
4.3 DURATION AND EXTENT OF AGREEMENT
The term of this Agreement shall be for an initial term of two (2) years
commencing on the last date of execution of the Agreement by the parties hereto. At its
sole discretion, the City may renew this Agreement upon the same terms and
conditions, for up to two (2) additional one (1) year renewal options, upon thirty (30)
days written notice to Contractor (such notice to be provided prior to the end of the initial
term or a renewal term, as the case may be).
4.4 TIME OF COMPLETION
The Services to be rendered by the Contractor shall commence upon receipt of a
Purchase Order from the City, subsequent to the execution of the Agreement. The
Services shall be ongoing for the Term of the Agreement, on an as needed basis.
4
4.5 INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City of Miami Beach and
its officers, employees and agents, from and against any and all actions, claims,
liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for
personal, economic or bodily injury, wrongful death, loss of or damage to property, at
law or in equity, which may arise or be alleged to have arisen from the negligent acts,
errors, omissions or other wrongful conduct of the Contractor, its employees, agents,
sub-contractors, or any other person or entity acting under Contractor's control,
including without limitation any and all temporary personnel assigned to the City
pursuant to this Agreement, in connection with the Contractor's performance of the
Services pursuant to this Agreement; and to that extent, the Contractor shall pay all
such claims and losses and shall pay all such costs and judgments which may issue
from any lawsuit arising from such claims and losses, and shall pay all costs and
attorneys' fees expended by the City in the defense of such claims and losses, including
appeals. The parties agree that one percent (1 %) of the total compensation to the
Contractor for performance of the Services under this Agreement is the specific
consideration from the City to the Contractor for the Contractor's Indemnity Agreement.
The Contractor's obligation under this Subsection shall not include the obligation
to indemnify the City of Miami Beach and its officers, employees and agents, from and
against any actions or claims which arise or are alleged to have arisen from negligent
acts or omissions or other wrongful conduct of the City and its officers, employees and
agents. The parties each agree to give the other party prompt notice of any claim
coming to its knowledge that in any way directly or indirectly affects the other party.
4.6 TERMINATION, SUSPENSION AND SANCTIONS
4.6.1 Termination for Cause
If the Contractor shall fail to fulfill in a timely manner, or otherwise violate
any of the covenants, agreements, or stipulations material to this Agreement, the City
shall thereupon have the right to terminate this Agreement for cause. Prior to
exercising its option to terminate for cause, the City shall notify the Contractor of its
violation of the particular terms of this Agreement and shall grant Contractor ten (10)
days to cure such default. If such default remains uncured after ten (10) days, the
City, upon thirty (30) days' notice to Contractor, may terminate this Agreement and the
City shall be fully discharged from any and all liabilities, duties and terms arising out
oflor 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
5
to bring permissive counter claims against the City in any such action.
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 forthe
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 I 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 andlor 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 I 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
7
and effect at all times during the term of the Agreement. No work shall be done by
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:
David Wood Personnel
Attn: Gabriela Perez-Carpenter
Vice President
51 N. W. 100th Avenue
Plantation, Florida 33324
(954) 452-5700
TO CITY:
City of Miami Beach
Attn: Mayra Buttacavoli
Director, Human Resources and Risk Management
1700 Convention Center Drive
Miami Beach, Florida 33139
(305) 673-7520
Notices hereunder shall be effective:
If delivered personally, on delivery; if mailed to an address in the city of dispatch,
on the day following the date mailed; and if mailed to an address outside the city of
dispatch on the seventh day following the date mailed.
4.16 LITIGATION JURISDICTIONNENUE
This Agreement shall be enforceable in Miami-Dade County, Florida, and if
legal action is necessary by either party with respect to the enforcement of any or all of
the terms or conditions herein, exclusive venue for the enforcement of same shall lie in
Miami-Dade County, Florida.
BY ENTERING INTO THIS AGREEMENT, THE CONTRACTOR AND CITY
EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY
JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS
AGREEMENT.
4.17 ENTIRETY OF AGREEMENT
This Agreement and all exhibits hereto including without limitation,
Request for Proposals (RFP) No. 37-04/05, together with all amendments thereto, and
Contractor's response to the RFP (the Proposal Documents), shall embody the entire
Agreement and understanding between the parties hereto, and there are no other
agreements and understandings, oral or written with reference to the subject matter
hereof that are not merged herein and superceded hereby. Request for Proposals No.
37-04/05, together with all amendments thereto, and Contractor's Proposal in
response are hereby incorporated by reference into this Agreement, as Exhibit "A"
hereto; provided, however, that in the event of an express conflict between the
Proposal Documents and this Agreement, the Agreement shall prevail.
10
4.18 LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place
a limit on the City's liability for any cause of action for money damages due to an
alleged breach by the City of this Agreement, so that its liability for any such breach
never exceeds the sum of $1,000. Contractor hereby expresses its willingness to enter
into this Agreement with Contractor recovery from the City for any damage action for
breach of contract to be limited to a maximum amount of $1 ,000.
Accordingly, and notwithstanding any other term or condition of this Agreement,
Contractor hereby agrees that the City shall not be liable to the Contractor for damages
in an amount in excess of $1,000 for any action or claim for breach of contract arising
out of the performance or non-performance of any obligations imposed upon the City
by this Agreement. Nothing contained in this paragraph or elsewhere in this
Agreement is in any way intended to be a waiver of the limitation placed upon the
City's liability as set forth in Section 768.28, Florida Statutes.
4.19 COMPLIANCE WITH APPLICABLE LAWS
The Contractor, its subcontractors, agents and employees, including with out
limitation, any and all temporary personnel assigned to the City pursuant to this
Agreement, shall comply with all applicable Federal, State, Miami-Dade County and
City Laws, and with all applicable rules and regulations promulgated by local, state and
national boards, bureau and agencies as they relate to the Agreement and lor the
provision of services hereto.
11
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed by their appropriate officials, as of the date first entered above.
FOR CITY:
By:
~~~~
City Clerk
Robert parc~~b
Date (
yor
David Dermer
1jyob
ATTEST:
Date
FOR CONTRACTOR:
DAVID WOOD PERSONNEL
ATTEST:
By:
~.c l5-
Seer ry .. '
-:\0 c; , [.C/~r.,
Print Name
f/d-3/0S
'tRee ~ s~ (l<.Q.NI~ L S~'^''''L
f\c'\-& ~ G'\)'fK
Print Name
)\ ~Io
Date
Date
Attachments: Exhibit "A" -Request for Proposals No. 37-04/05, Addendum NO.1
thereto, and Contractor's response to the Proposal.
Exhibit "B" - City of Miami Beach Living Wage Ordinance No. 2001-3301
and Ordinance No. 2003-3408.
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
12
8 -/0.. ()"
ity Attomey~ Date
.==-E~H\6\T ~
Miami Beach
*****
ANIInaCIIJ
, I , II'
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.mlamibeachfl.goy
p.mea8Leja@mlamibeachfJ.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
]700 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. 37-04105
Sealed Proposals will be received by the City of Miami Beaeh (the "City"), Proeurement
Division, Third Floor, 1700 Convention Center Drive, Miami Beach, Florida, 33139, on
August 31 J 2005 until 3:00 p.m. for:
TEMPORARY PERSONNEL SERVICES
At time, date, and plaee 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 Beaeh is seeking to enter into contracts for Temporary Personnel
Services, on an "as needed basis", as specified in this RFP, from qualified Temporary
Personnel Ageneies. Temporary personnel are needed to cover for regular City
employees who are on vacation or leave of absence; to temporarily fill vacaneies 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.
Attendanee at the aforementioned pre-RFP submission meeting is NOT mandatory, but
strongly encouraged as a source of important information.
The City has contracted with Bid Net as our eleetronic procurement serviee for
automatic notification of bid opportunities and doeument fulfillment. We encourage you
to participate in this bid notification system.
To find out how you can reeeive automatic bid notifications or to obtain a eopy 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 Proeurement Division, Attention: Pamela Leja, 1700 Convention
Center Drive, Miami Beaeh, FL 33139, or FAX: (305) 673-7851, or e-mail:
RFP NO. 37-04/05
DA TE: 8/3/05
2
CITY OF MIAMI BEACH
PamelaLeia(Q>.miamibeachfI.QOv. All responses to questions/clarifications will be sent to
all prospective proposers in the form of an addendum.
The City of Miami Beach reserves the right to accept any proposal or bid deemed to be
in the best interest of the City of Miami Beach, or waive any informality in any proposal
or bid. The City of Miami Beach may reject any and all proposals or bids.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS
SUBJECT TO THE "CONE OF SILENCE, It 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 THA T THIS REQUEST FOR PROPOSALS IS
SUBJECT TO THE LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES
WHO PROVIDE SERVICES COVERED BY THE RFP, SHALL BE PAID A LIVING
WAGE OF NO LESS THAN $8.56 AN HOUR WITH HEALTH BENEFITS, OR A
LIVING WAGE OF NO LESS THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS
SUBJECT 1'0 THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344.
YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS
SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO.
2003-3389.
LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRED TO REGISTER
AS A LOBBYIST, AND AS OF MAY 18,2002, ACCORDING TO ORDINANCE NO.
2002-3363, ALL LOBBYISTS AND PRINCIPALS MUST FILE A FINANCIAL
DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE.
Detailed representation of all these ordinances can be found on the City of Miami Beach
Website at http://www. miamibeachfl.gov/newcity/depts/purehase/bidintro.asp.
CITY OF MIAMI BEACH
. ~." ,I . .
, .'
Gus Lopez, CPPO, CPPB
Procurement Director
RFP NO. 37-04/05
DATE: 813/05
3
CITY OF MIAMI BEACH
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE. MIAMI BEACH. FLORIDA 33139
www.miamibeachfl.gov
lQ
PROCUREMENT DIVISION
Telephone (3D!) 673-7490
Facllmile (3D!) 673-7851
NO PROPOSAL
RFP No. 37-04/05
I NOTICE TO PROSPECTIVE PROPOSERS
If not submitting a proposal at this time, please detaeh 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 producUservice.
_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 andlor serviee.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a proposalm: this completed form, may
result in your company being removed from the City's bid list
RFP NO. 37-04/05
DATE: 8/3/05
4
CITY OF MIAMI BEACH
TABLE OF CONTENTS
SECTION PaQe(s)
I. OVERVIEW AND PROPOSAL PROCEDURES 6-11
II. SCOPE OF SERVICES 12-14
III. PROPOSAL FORMAT 15
IV. 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
RFP NO. 37-84/05
DATE: 113105
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 lias 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 vacaneies until
they are permanently filled; and to work on speeial 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 reeeipt 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 Acceptanee of City Manager's October 2005
Recommendation, and Authorization to Enter
Into Negotiations, and Contract Awards
C. PROPOSAL SUBMISSION
An original and ten (10) eopies of complete proposal must be reeeived by August
31, 2005 by 3:00 p.m. and will be opened on that day at that time. The original
and all copies must be submitted to the Procurement Division in a sealed
envelope or container stating on the outside the Proposer's name, address,
telephone num~er, RFP number and title, and proposal due date.
The responsibility for submitting a response to this RFP to the Proeurement
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 Offiee or caused by any other entity or by any oceurrence. 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 eonference has been scheduled as follows:
Date: August 16, 2005
Time: 10:30 a.m.
Place: City Manager's Large Conference Room located at City Hall, 1700
Convention Center Drive, 4th Floor, Miami Beach, Florida, 33139.
E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA
The contact person for this RFP is Pamela Leja at phone: 305-673-7490; fax:
305-673-7851; or e-mail: PamelaLeja@miamibeaehfl.gov. Communications
between a proposer, bidder, lobbyist or eonsultant and the Proeurement 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 eopy to the City Clerk, no later than the date speeified in the
RFP timetable.
The City will issue replies to inquiries and any other eorreetions 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. MODIFICATION/WITHDRAWALS 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.
Modifieations received after the proposal due date and time will not be
considered.
Proposals shall be irrevocable until eontract award unless withdrawn in writing
prior to the proposal due date or after expiration of 120 ealendar days from the
opening of Proposals without a contraet award. Letters of withdrawal received
after the proposal due date and before said expiration date and letters of
withdrawal reeeived after eontraet award will not be eonsidered.
G. RFP POSTPONEMENT/CANCELLATION/REJECTION
The City may, at its sole and absolute discretion, rejeet any and all, or parts of
any and all, Proposals; re-advertise this RFP; postpone or caneel, 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
DA TE: 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 indieate 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 deseribed, or negotiate an alternative aeceptable 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 inspeetion after opening of Proposals, in
eompliance 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 eontinue until
a contraet 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 accordanee with City of Miami Beaeh Ordinance No. 2002-3344 which
establishes procedures for resulting protested RFP's selection for awards.
Protest not timely pursuant to the requirements of Ordinance No. 2002-
3344 shall be barred.
RFP NO. 37-04/05
DA TE: 8/3/05
8
CITY OF MIAMI BEACH
M. RULES; REGULATIONS; LICENSING REQUIREMENTS
Proposers are expected to be familiar with, and comply with, all Federal, State
and local laws, ordinanees, codes, and regulations that may in any way affeet the
services offered, including the Americans with Disabilities Act, Title VII of the Civil
Rights Aet, the EEOC Uniform Guidelines, and all EEO regulations and
guidelines. Ignorance on the part of the Proposer will in no way relieve it from
responsibility for compliance.
N. DEFAULT
Failure or refusal of a Proposer to execute a contract following award by the City
Commission, or untimely withdrawal of a proposal before such award is made
and approved, may result in forfeiture of that portion of any surety required as
liquidated damages to the City. Where surety is not required, such failure may
result in a claim for damages by the City and may be grounds for removing the
Proposer from the City's vendor list.
O. CONFLICT OF INTEREST
All Proposers must disclose with their proposal the name(s) of any officer,
director, agent, or immediate family member (spouse, parent, sibling, and child)
who is also an employee of the City of Miami Beach. Further, all Proposers must
diselose the name of any City employee who owns, either direetly 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 subjeet to any and
all sanctions, as preseribed 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 neeessary to ascertain all eonditions and requirements affecting
the full performance of the contract. Ignorance of sueh 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 eontraet doeuments, and
will not be accepted as a basis for any claim whatsoever for any monetary
consideration on the part of the Proposer.
RFP NO. 37-04/05
DATE: 8/3/05
9
CITY OF MIAMI BEACH
,
R. RELA TION OF CITY
It is the intent of the parties hereto that the suecessful Proposer be legally
considered to be an independent contractor and that neither the Proposer nor the
Proposer's employees and agents shall, under any eircumstances, 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
eonviction for publie entity erimes may not submit a bid on a contract to provide
any goods or serviees to a publie entity, may not submit a bid on a eontract with a
public entity for the eonstruction or repair of a publie 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 contraetor, supplier, sub-eontraetor, or consultant under a
eontraet with a publie entity , and may not transact business with any public
entity in exeess of the threshold amount provided in Sec. 287.017, for
CATEGORY TWO for a period of 36 months from the date of being plaeed on the
eonvicted vendor list.
T. CONE OF SILENCE
Pursuant to Section 2-486 of the City Code, entitled Cone of Silenee, 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 Ordinanee). Proposers are
strongly advised to review the City's Debarment Ordinance. Debarment may
eonstitute grounds for termination of the contraet, as well as, disqualifieation from
eonsideration on any City of Miami Beaeh RFP, RFQ, RFLI, or bid.
V. PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS
Pursuant to Section 38-6 of the City Code, no person who is a vendor to the City
shall give a eampaign contribution direetly, or through a member of the person's
immediate family, or through a political action committee, or through any other
person, to a eandidate, or to the campaign eommittee of a candidate, for the
offices of mayor or eommissioner. No candidate, or campaign eommittee of a
eandidate for the offices of mayor or commissioner, shall solicit or reeeive any
eampaign contribution from a person who is a vendor to the City, or through a
RFP NO. 37-04/05
DA TE: 8/3/05
10
CITY OF MIAMI BEACH
member of the person's immediate family, or through a political action committee,
or through any other person on behalf of the person. This prohibition applies to
natural persons and to persons who hold a controlling financial interest in
business entities.
W. CODE OF BUSINESS ETHICS
Pursuant to Resolution NO.200Q-23879 each person or entity that seeks to do
business with the City shall adopt a Code of Business Ethics ("Code") and submit
that Code to the Procurement Division with your bidlresponse 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 eonfliet 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 advanee 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 See. 2-449 of the City Code, no offieer or employee of the city shall
accept any gift, favor or service that might reasonably tend improperly to
influence him in the discharge of his official duties.
RFP NO. 37-04/05
DATE: 8/3/05
11
CITY OF MIAMI BEACH
SECTION II - SCOPE OF SERVICES
A. GENERAL
The City of Miami Beaeh is seeking to enter into contracts for Temporary Personnel
Serviees, on an "as needed basis., as specified in this RFP, from qualified Temporary
Personnel Ageneies. Temporary personnel are needed to cover for regular City
employees who are on vacation or leave of absence; to temporarily fill vaeancies until
they are permanently filled; and to work on special projeets.
B. TERM OF CONTRACT
The eontraets shall commenee after the approval of the Mayor and City Commission
. and shall remain in effeet for a period of two (2) years. Providing that the sueeessful
Agencies will agree to maintain the same terms and conditions of the eontract, 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 contraets, subject to negotiation based on
Consumer Price Index - Urban Areas (CPI-U) or Living Wage Ordinanee rate increase.
E. PAYMENT
All Agencies supplying temporary personnel serviees to the City are required to furnish
the following information on Agency invoices for the personnel supplied:
1. Purehase Order number issued by the City's Proeurement Division
2. Location of temporary services performed
3. Full name of individual performing the serviee
4. Job elassifieation
5. Number of hours worked, by date
The invoices are subject to verificatio.n, 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,
whieh will be in accordance with the City's Living Wage Ordinanee.
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
speeific assignment to interview and select the best candidate for that speeific
assignment, at no cost to the City.
J. MIAMI BEACH ONE STOP CAREER CENTER
All temporary personnel services firms that are being reeommended for award have
agreed to work with the One-Stop Career Center to reeruit 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 Beaeh residents.
K. QUALIFICATION
In the event that any personnel from the suecessful Ageneies assigned to the City are
found to be unqualified for any specific assignment, the City has the right to return sueh
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
DATE: 8/3/05
13
CITY OF MIAMI BEACH
L. HOLIDAYS
The City's holiday schedule shall be observed. In the event that the City requires a
temporary employee to work on a holiday observed, the day shall be paid at the
overtime rate. It is the responsibility of the using Department/Division to notify the
. temporary Agencies prior to a temporary employee working on Saturday, Sunday,
Holiday or any overtime.
M. EMPLOYEES ARE RESPONSIBILITY OF AGENCIES
All employees of the Agencies shall be eonsidered to be, at all times, the sole
employees of the Agencies under its sole direetion and not an employee or agent of the
City. The Agencies will supply eompetent and physieally eapable employees. The City
may require the Agencies to remove an employee it deems eareless, ineompetent,
insubordinate or otherwise objeetionable and whose continued employment on the
City's property is not in the best interest of the City. Eaeh employee shall have and
wear proper identifieation. 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 in eludes job preferences, experience, goals, interests,
attitudes, motivation and other work-related attributes.
2. Job-related tests to include typing and eommunication skills.
3. Background checks to inelude drug testing, eriminal cheeks, and credit history
(for positions that may require the handling of City funds).
4. Verification that their employees are not convieted sex offenders.
5. Training employees on the City's Serviee 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 aseertain that such employees'
records indicate payment reeeived 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 deseriptions is
included in this RFP and labeled "Temporary Personnel Services Position Deseriptions."
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
whieh do not contain sueh doeumentation may be deemed non-responsive.
· *Introduction letter designating areas of proposed services and suffieient
information as to the qualifications of the proposer.
. Respondents shall submit documents that provide evidence of capability to
provide the services required as part of their submittal package.
. *Respondents shall indicate how many years of experience their firm has in
providing temporary personnel services.
· Respondents must provide documentation which demonstrates their ability to
satisfy all of the RFP requirements.
. Respondents shall include their procedures for screening, interviewing,
testing and training employees that will be placed with the City.
· *Client references. List at least eight client references (name, title, company,
address, telephone, e-mail address and fax) our Procurement Division may
eommunicate with regarding your services. In addition, information for eaeh
reference shall inelude the d~scription 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 positionsljob descriptions.
4. Acknowledgment of Addenda (IF REQUIRED BY ADDENDUM) and Proposer
Information forms;
5. *Any other documents required by this RFP.
15
CITY OF MIAMI BEACH
RFP NO. 37-04/05
DATE: 8/3/05
SECTION IV - EV ALUA TION CRITERIA
The proeedure for proposal evaluation and selection is as follows:
1. Request for Proposals issued.
2. Receipt of proposals.
3. Opening and listing of all proposals reeeived.
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 aceeptance of whieh 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 Ageneies based on the following criteria:
Evaluation Criteria/Factors
Weiaht
Experienee 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 reeommendation(s) and evaluation of
the Evaluation Committee and, if appropriate, approve the City Manager's
recommendation(s). The City Commission may rejeet City Manager's
recommendation(s) and select another proposal or proposals. In any
case, City Commission shall select the proposal or proposals, aeeeptance
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: 8/3105
16
CITY OF MIAMI BEACH
8. Negotiations between the selected proposers and the City Manager take
place to arrive at a contract or eontracts. If the City Commission has so
directed, the City Manager may proceed to negotiate a eontract or
contraets 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 aceeptable contract or contracts, within a
reasonable period of time.
9. A proposed eontraet or eontracts are presented to the City Commission for
approval, modification and approval, or rejeetion.
10. If and when a contract or eontraets aeceptable to the respective parties is
approved by the City Commission, the Mayor and City Clerk sign the
eontraet(s) after the seleeted proposer(s) has, or have, done so.
Imoortant Note:
By submitting a proposal, all proposers shall be deemed to understand and agree
that no property interest or legal right of any kind shall be created at any point during
the aforesaid evaluationlseleetion process until and unless a contract has been
agreed to and signed by both parties.
UP 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-eontract, retain eonsultants,
or assign, transfer, convey, sublet, or otherwise dispose of this eontraet, or of any
or all of its right, title, or interest therein, or its power to execute such eontract 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, ineluding
but not limited to attorneys' fees, for personal, eeonomie 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 eonnection with
the performance of service pursuant to the resultant Contract; the successful
proposer shall pay all such etaims and losses and shall pay all such costs and
judgments which may issue from any lawsuit arising from such elaims 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 suecessful 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 serviees then remaining to be performed by giving
written notice to the suecessful proposer of such termination which shall become
effeetive upon receipt by the successful proposer of the written termination
notiee.
In that event, the City shall compensate the suecessful 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 eonsequenee 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 sueh time as the exact
amount of damages due the City from the successful proposer is determined.
18
UP NO. 37-04/05 CITY OF MIAMI BEACH
DA TE: 8/3/05
D. TERMINATION FOR CONVENIENCE OF CITY
The City may, for its eonvenience, terminate the services then remaining to be
performed at any time without cause by giving written notice to successful
proposer of such termination, whieh shall beeome 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 seetion, the City
shall compensate the successful proposer in aceordanee with the Agreement for
all services actually performed by the suceessful proposer and reasonable direct
costs of successful proposer for assembling and delivering to City all documents.
No eompensation shall be due to the successful proposer for any profits that the
suecessful 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 seetion.
RFP NO. 37-04/05
DATE: 813/05
19
CITY OF MIAMI BEACH
SECTION VI- SPECIAL TERMS AND CONDITIONS
INSURANCE: Suceessful 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 accordanee with State worker's compensation laws as required per
Florida Statutes.
Said policies of insurance shall be primary to and eontributing 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 Seleeted Proposer under this
Agreement. This policy eannot 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 foree 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 earriers 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 tenaney under the proposed Agreement.
If any of the required insuranee 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, occurrenee, elaim
settlement or judgment against such insurance whieh 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 insuranee program shall constitute a material breach of Agreement
under which City may immediately terminate the proposed Agreement.
RFP NO. 37-04/05
DATE: 8/3/05
20
CITY OF MIAMI BEACH
SECTION VII . PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED
TO THE CITY
1. Proposer Information
2. Aeknowledgment of Addenda
3. Fee Proposal Form - Proposer shall submit their own Pricing Proposal
form, pursuant to the "Personnel Serviees Position Deseriptions" herein.
Proposers are not required to submit priein9 for all positions/job
classifications.
4. Deelaration
5. Questionnaire
RFP NO. 37-04/05
DATE: 8/3/05
21
CITY OF MIAMI BEACH
PROPOSER INFORMATION
Submitted by:
Proposer (Entity):
Signature:
Name (Typed):
Address:
City/State:
Telephone:
Fax:
It is understood and agreed by Proposer that the City reserves the right to reject
any and all Proposals, to make awards on all items or any ,tems aeeording 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 eontraet has been agreed to and signed by both parties.
(Authorized Signature)
(Date)
(Printed Name)
RFP NO. 37-04/05
DA TE: 8/3/05
22
CITY OF MIAMI BEACH
ACKNOWLEDGMENT OF ADDENDA
REQUEST FOR PROPOSALS NO. 37-04/05
Directions: Complete Part I or Part II, whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in eonneetion
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 conneetion with this RFP.
Verified with Procurement staff
Name of Staff Member
Date
Proposer - Name
Date
Signature
UP 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 eollusion 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 Beaeh, Florida, for the performance of all
requirements to which the proposal pertains.
The Proposer states that this proposal is based upon the documents identified by the
following number: RFP No. 37-04/05
SIGNATURE
PRINTED NAME
TITLE (IF CORPORATION)
RFP NO. 37-04/05
DA TE: 8/3/05
24
CITY OF MIAMI BEACH
QUESTIONNAIRE
Proposer's Name:
Principal Office Address:
Official Representative:
Individual
Partnership (Cirele One)
Corporation
If a Corporation. answer this:
When Incorporated:
In what State:
If a Foreign Corporation:
Date of Registration with
Florida Seeretary of State:
Name of Resident Agent:
Address of Resident Agent:
President's Name:
Viee-President's Name:
Treasurer's Name:
RFP NO. 37-04/05
DATE: 8/3/05
25
CITY OF MIAMI BEACH
Members of Board of
Directors:
If a Partnership:
Date of organization:
General or Limited Partners:
Name and Address of Each Partner:
NAME
ADDRESS .
* Designate general partners in a Limited Partnership
I. Number of years of relevant experience in operating similar
business:
2. Have any similar agreements held by Proposer ever been eanceled?
Yes ( ) No ( )
If yes, give details on a separate sheet.
RFP NO. 37-04/05
DATE: 8/3/05
26
CITY OF MIAMI BEACH
Questionnaire (continued)
3. Has the Proposer or any principals of the applieant organization failed to
qualify as a responsible Bidder, refused to enter into a contract after an
award has been made, failed to eomplete a eontraet 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 prineipals ever been deelared 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 eompleted involving the corporation, partnership
or individuals with more than ten percent (100/.) 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 eriminal violations and/or convictions of the Proposer
and/or any of its principals:
7. Confliets 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. Publie Diselosure. 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 pereeived, 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 eontained 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 eonfirmed through a background investigation
conducted by the Miami Beach Police Department. By submitting this
questionnaire the Proposer agrees to cooperate with this investigation, ineluding
but not necessarily limited to fingerprinting and providing information for credit
cheek.
WITNESS:
Signature
Print Name
WITNESS:
Signature
Print Name
WITNESS:
Signature
Print Name
(CORPORA TE SEAL)
Secretary
RFP NO. 37-04/05
DA TE: 8/3/05
IF INDIVIDUAL:
Signature
Print Name
IF PARTNERSHIP:
Print Name of Firm
Address
By:
General Partner
Print Name
IF CORPORATION:
Print Name of Corporation
Address
By:
President
Attest:
29
CITY OF MIAMI BEACH
VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS
Item TEMPORARY PERSONNEL SERVICES
1. Secretary I
Two years experience in seeretarial and clerieal work. Experienee in meeting public and
ability to deal with customers using taet, poise, patience and courtesy. Knowledge and
experience in using MS Word, Exeel, other MS office application programs. Must have ability
to work in a multi-ethnic/multi-cultural environment. Minimum 40 wpm.
2. Seeretarv II/Administrative Assistant
Three years advanced experience in seeretarial and clerieal work including transcription,
dictation and exeeutive level experience. Experience in meeting public and ability to deal with
customers using tact, poise, patienee and courtesy. Knowledge and experience in using MS
Word, Exeel, other MS office applieation programs. Must have ability to work in a multi-
ethnic/multi-cultural environment. Minimum 40 wpm.
3. Clerk TVDist
Responsible and varied clerical work involving moderately complex work methods and
proeedures. 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 sehedule, including weekends and evenings. Must have
ability to work in a multi-ethnie/multi-eultural environment.
5. Clerk II
One year experience in general clerical work, possess computer software experienee and
good people skills. Dependability and self motivation, work flexible schedule, ineluding
weekends and evenings. Must have ability to work in a multi-ethniclmulti-eultural
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 I Aceountina Clerk"
Three years experienee 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 I Complaint Operator
Responsible teleeommunications work in the Safety communieations 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 teleeommunications work in the Safety Communications Bureau.
Reeeiving, screening and relaying information for emergeney 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-eultural environment.
10. Personnel Technieian I
Complex clerical and technical work of a specialist nature. Interpretation of department
operations, policies, proeedures, dissemination of information, maintains records and reports,
computes and compiles data; updates. Types forms, answers correspondence, prepares
notices and minutes of meetinQs. Knowledge of HR preferred.
11. Carpenter
Knowledge and skills in carpentry work at the entry level in the construction and finish work
including materials, methods and teehniques. Maintenance and repair of eity faeilities.
12. Eleetrician
Master Electrician's certification, prior experience with drawings and reading blueprints,
design an installation of electrieal systems. Skilled work at the entry level as an electrieian in
the eonstruetion, maintenance and repair of city facilities.
RFP NO. 37-04/05
DA TE: 8/3/05
31
CITY OF MIAMI BEACH
13. Plumber
Skilled work at the journeyman level as plumber with certificate of competency as a
journeyman in the plumbing trade.
14. Service Worker
Advanced and responsible manual labor duties of a skilled nature.
15. A1C Mechanic
Skilled work at the journeyman level in the installation, maintenance and repair of air
conditioning equipment, ~nd related apparatus.
16. Painter
Skilled painting work at the entry level in the construction, maintenance and repair of city
facilities.
17. Buver
Specialized technical, clerical and administrative work in the purchasing of assigned
commodities. Reviews purchase requests, assists with procurement problems, and solicits
quotations. Enters information for issuance of purchase orders.
RFP NO. 37-04/05
DATE: 8/3/05
32
CITY OF MIAMI BEACH
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
www.mlamlbeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
August 24, 2005
ADDENDUM NO.1
Request for Proposals (RFP) #37-04/05
FOR
TEMPORARY PERSONNEL SERVICES
The following additional information as a result of inquiries from individuals is
hereby forwarded: .
1) The due date for the submission of Proposals has been extended to Tuesdav.
September 6. 2005 at 3:00 pm Eastern Time.
2) A breakdown of the hourly rates that were submitted under City of Miami Beach
Invitation to Bid No. 55-00/01 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: \/\/hat 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 fhat 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 ng/mL
300 nglmL
50 nglmL
2000 nglmL
25 ng/mL
500 ng/mL
150 ng/mL
15nglmL
2000 ng/mL
25 ng/mL
Addendum #1. 8/24/05
RFP 37-04/05 Temporary Personnel
2
Question #6: Will City parking passes be made available to the temporary personnel?
Answer#S: Yes, upon assignment, the department utilizing the services will address this with
the temporary employee.
Question #7: If the agency provides additional services that are not requested in this RFP, can
the agency list them and provide rates?
Answer #7
As this is an RFP and not an ITS, supplemental information may be provided.
If you have any question please contact Pamela Lejs at PamelaLeja@miamibeachfl.gov or at 305-
673-7490.
CITY OF MIAMI BEACH
Gus Lopez, CPPB, CPPO
Procurement Director
Addendum #1, 8/24/05
RFP 37-04/05 Temporary Personnel
3
==
~ 0 0 Q) 0 0 0 CIO 0 ~ It) ~ CD 0 N ~ It) It) It)
N N .- ~ ~ C'f ,... C"'! Q) C"'! N ..- N Q) ~
0= M ..t N M CD ..,. <'Ii .. ....: ....: oj .. M M ..- ,..: iii M
UJ ..- .- ... .- .- ..- ..- ..- .... ..- .- .- .- .- .... T""' .- ....
...J flit 6't .. .".. .".. ... 6't .".. .".. .".. .".. .".. .".. W ... ... Ch ...
(.)
-
-
~ ~ It) "'t ('f) 0 ('I) <0 0 0 It) ~ ~ ~ ~ 0 ~ ;
N .... It) .. ~ .- N 0 c( It) ": ..-
0= .- M N M lri N N M lri ~ M .- N ..- CD N <'Ii
w .... .... ... .- .- .- .... .- .... Z .... .- .- T""' ..- .- ..... ....
..J flit 6't 6't ... ... 6't 119 119 tit ... ... 119 ... flit ... ... flit
(J
....
!:2 -
0 ~ It) It) GO ~ 0 It) CO 0 8 :g Q) &t) ~ ~ ~ ~ ;
0
&b ~ N Ol q CD ..... 'It, c( C'f CO?
W ..... (") ..... M ..,. N N N ..; z ..t N ..... N ..- ..; .- <'Ii
Il) .- .... .... .- .- ..- ..... ..... .- ..... ..... ..... ..- T""' T""' .- ....
...J fIIIt lit ... ... 6't tit flit lit 119 tit fIIIt flit ... fIIIt M ... ...
en (J
....
w ,
U
~ t-
W en
rn ~ ~ It) C"'l 0 0 8 CD ..... It) It) ~ &t) $ N It) ,.... ;
..J C'! ~ CIO .. ..... It) .... ~ It) CO? it? CD CO)
W ~ .- ('f) .... M U) <<'Ii N N ~ .. CO; ..- <<'Ii ..- cD c.; <<'Ii
Z .... .- ..... ..... .- .- .... ..... .... .... .... .... ..- ..- .... .... ....
Z D: fIIIt ... 6't lit 6't W 6't .".. .".. ... ... ... 6't flit fIIIt 6't 6't
W
0 ..J
rn (.)
ex:
w
a..
>- -
ex: ~
~ .- 0 co co 0 ~ ~ ~ 0 It) ~ N 0 ~ It) &t) &I)
.. C"'! co ..... CD .. c( M &t) 0 Q) CJ) CJ)
0 Iii <<'Ii .. N lri oj ..t N C"'l cO z cd cd . cD ..... cO ci c.;
.- ..... ..- .... .- .- .... T""' ..... .- .... ..- T""' .... .... N T""'
Q. D: ... ... "" ... "" w ... 6't flit .".. ... W 4IIt ... ... ... 4IIt
~ (.)
w W
I- eI)
W
()
u: -
u. i
0 0 It) <0 0 0 0 N It) &I) :g ~ 0 3 ~ It) ~ ~
Iii 0 N N GO aq N ..,. co N ~ N N
<<'Ii c.; N (") co ..t <'Ii N ,..: ..t CO; M M .- ,..: to N
D: ..... .... ..- .... .... .... ..... .... .... ..... ..... .... ..... .... .... .... ....
(.) W flit 4IIt 6't 4IIt 6't 6't 6't 4IIt W ... ... 4IIt 6't ... lit ...
W
U)
(I) ji t (I) Q ilil~
L i ILl I
m ILl .., ~
~ It c I I ~ ILl 21 i
i ~ i ~ ~ ~
ILl I ILl I a
fIJ i ~
I i II Ii ~ .. ~ t; IL,
I c , ::J tn
i ~ ~ ILl f ~ ~ ~
fIJ . ~ a ~ ' I
It) ~ ~ c ! i ~I
'0 ::J
~ 8 u c
.- Sl (I)
N M ..,. It) CD .... co Ga 0 .. N M ..,. an CD .... co
.... .... .... .... .... .... .... .. .... ....
~
~
It)
a3
J-
W
U
~
w
en
...J
w
Z
z
o
~
w
a.
~
~
o
0..
~
W
J-
W
U
u::
~
o
IX 0 l"- e e co ~ N 0 In ~ co 0 a In <0
W N N O'! CIO ~ ...,. ~ '"': <{ O'! to < <C O'! ..q
"-
>- 'It an ~ t"i N u; I"- ~ co Z en <0 M z ari 'It In .....
:J ~ ~ .... ~ - ow- .... .... ..... ow- ow- ~ ..... ~ N
ED ..... w .. w w .. tilt tilt tilt tilt tilt tilt tilt tilt
-'
W
z- ('II II) I"- ~ 0 0 0 CD 0 :g "- co &1 II) g II)
z::c ...... C'i <0 en ('II N en ~ ~ C'i 0w- e( 0) 0)
OU ..j CD M CD cr:i ..j -<i t"i cr:i ..j ~ .n z .... cr:i ci M
tl)W ow- ~ ..... .... ow- ... ow- .... ~ ..... ~ ow- .... ~ N ow-
o:t- .. tilt .. .. .. tilt tilt .. .. tilt .. tilt ... .. tilt ..
W
a.
~
~ i 0 en i 0 It) co ~ II) it) fa 0 N 0 8 N
0:S:l N .... 0 CD l"- N c( It) N <( ..q .... ('II
~~ ~ ~ N c.; ..j N N N cD z ..t eD p) Z 0w- eD ..,: ..,;
- - ~ .... ..- ..... .... .... .- .... .... ... .... - - ..-
:II w- Ilt .. .. (,It .. tilt .. (,It .. (,It .. .. W tilt ..
:Ii
0
U
...
Z
30: 0 In .... M 0 It) <0 CD 8 It) ~ co ~ It) 0 Cll)
A.w ..,. N ~ It) 0 CD ..... M <( It) ~ e( <0 ~ <0
:II\. ..,: M .... ('I) ~ N N C'i ,....; z ..,j ,....; ..... Z ..... cD C") N
00 ... ..... .... .... ~ ow- .... .- ..- ... ..... ... ..... ... ..... ....
U .. .. .. tilt .. .. lit .. CIt .. tilt .. (,It ... (,It w
m:
tn
U
-
a:~
WGl:
D..w ~ It) .... co ~ ~ 0 CD 0 It) ~ ~ 0 ~ N an ('II It)
W-' N CIO .... ('f ..,. ... 0) II) ~ en II) 0)
WU an eD N iii cO .,; v ~ ex) cr:i a) lri cD an .... cr:i 0) M
~t- ..- .... .... ..- ... .... ~ ..- - .... .- .... .... .... .... ..... .... ..-
~u tilt tilt .. (,It tilt tilt .. (,It tilt .. ... (,It fit ... ... fit ... tit
8~
m
fit I II) Q ifi
0. C>> ~ w
a ~i rJ ~ ~ ~
I!! z i! Q
i ~ u: a I! i I m 25 I
0 ~ f I s I&.
Z r! · 0 JJI J!! ~ a
I au: ~I II. z i .. i = d.
~ i! :)5 ~ ~ a w K :) 0. Z en
~ ~ ~ ~ au I au ii! i ~
! a - ~ ~ ...
~ cM a I =- 2'
i ~ ~ i ~~
~ 0 u
C u W .
'I"" N C") ~ II') CD .... 110 0 0 .... N C") "If' 1ft CD .... 110
'I"" ... 'P' - - ... ... - ...
It)
~
N
.:;0
..-
~
o
o
J,
&l)
m
t:
w
o
fr
w
en
...J
w
Z
z
o
en
a::
w
a.
>-
a::
~
o
Q..
:E
w
~
c
W
N
::::i
<
o
W
0-
f/)
(.)
~ ~ N N 0 0 0
% <( 0) 0) 0 C! ~ <(
CJ ,...: an Q) cD
w Z M 0 Z
N ..- ..- N ..- ~
::E ." ." 4lIt W W
~
a::
w
llII:
a::
i ~ ~ 0) 0 0 N a ~
C? N 0 ~
w N an N 16 ..j ..- ..- C'i
..- ..- .... ..... .... .... ~ ....
CJ ." ." W .... .... .... ."
~
W
UJ
DC
I i N 8 0 0
c( c( 0) CD CD c(
:I z ,..; z ex) ex) &ri a z
:;:) ~ .... ~ .....
-' .... ....
A.
~
S;! 0 N 0 0 It)
a:: c( en c( en 0 CD ''It; ~
... z ,..: z ex) ex) &ri 0)
U N ..- ~ ... ("')
w .... .... .... ....
...I
W
a::
w
to- g ~ 0 0 It)
z c( <( 0 CD ..- c(
w z ..j Z M cD &ri d z
~ N ..... t;l .... a
w .... ....
ft) ~
a. III
m ~ ft) 1&1
i2 ~j II
i. il ~ s IL
~ ~ II a
I ~
tie III ml II)
~ ~ ~
I ....~
~ ~
:;) ~
~ z
:;)
.,.. N <<'" ... 110 G>> 0 """
""" """
..
."
'0
("')
or-
~
~
U')
CD
t::
w
o
~
w
U)
~
w
Z
Z
o
~
w
a..
>-
.0::
~
o
a..
:E
w
l-
e
w
N
~
o
w
a..
en
(J
~
&I 0
:=E 41( <( 41( c( 41( 41( co 41(
a: z 2 Z 2 Z Z 0 Z
W ~
~
~
a:
A-
U)
~2 II)
:lEI ~ ~ 41( 41( 41( 41( C") ~
2 2 Z Z ex)
liifd C")
...
!I!-
U)
I
it
I It)
41( ~ ~ 41( 41( 41( C'! 41(
~ z z z z ~ z
'7 ~
!
:l
::I
~
w It) g 0 8 0 0
to- 41( ~ N ~ ~ 41(
z z ...t N &ri &ri M - Z
~ N - ..... ~ - rl
... ... .. ..
., ~
a.. w
:I ~c ., w
J!! I! II mc
c . w II u.
z i ;:)z ~ !c ~
::) CJIL Ii;
0 i~ ~ (I)
~ i ~ ~I I
;:)
~ III - ~
~ z
;:)
... N ~ .... CD en <:) ...
... ...
~
)
~
u
1
It)
00-
o
'''It
l-
. AX
..... 1112
~ Jo. e
~
1&.::) ~
~ z~
<Q ..
~ :E~
0.
n
.J
u 8
..,
~ II)
LD
:IE ..
or-
$2
0
0
an I 8
an :j
CD
f-
W
0
~
w
f/)
~ 8
w en
Z u II)
Z u m
0
f/)
0::
w
a..
>-
a:
~ 0
&1 0
0 II)
a.. Q LD
2 ..
W
f-
-'
~ u
z c 0
J: a:: is 0
0 w Q ari
:E It)
w en .,.
f- ! !
~
A.
W -' 0
! 0 0
8 &ri
It)
I&. t4
Z
~
:I
~
It) ~
'0 :lIC:
~
....
t:
0 0
f3 q
-' 8
~ ~
~
III
D.
..
~ 0
0
III u;
-' i
~
0
D:
111111
....~ 8
~.J ,...:
~
o~ tit
C
~
Si 8
~ ~
ma: M
u
~
: 8
u u;
- m
u
C) :
z
i u 8
I ~ N
II)
e M
i
0.
D: 11
~ ! 8
III
en ~ ~
...
Z :::I
III e
:;
u
w
~
0
~
..
S~ 0
0
z~ ~
I~
~
III
tn 8
III ci
I- ~
..: ~
z
0
0 0.
C) 0
z -'
i ! 8
! e ~
ID
~ III
~
~ II:
I Is 0
III 0
f) i
... me
z d
III
::; m
u
w
~
~
.
:ll:
.....
~ 0
it: e
:;j N
0 co
w ~
CI.l
w
a::
:;j
l- e
U 0
w N
f:: ~
:r
0 ~
Z
S2
a::
~ ~
Z W 0
W e
Z !
c;
z
w
z
0
~ 0
0
t- ~
~
z
:i
5i
I
~~~ 8
S:2oo
z~8: ,..:
N
ti ::J ..
wzen
~ I-
2 ,
A. ;J,en
:::J
m o:J: 8
~ _0
Zw ..;
:rf- ~
Z M~
2: J-
U
W
...
I
~m 8
-Q
~~ a
OW
W:J:
J-
D
~
~
....
I c::
0
-.J 8
Zw
~[ij u;
. )(.J a
z
z ::J
-
I .J
W
:I Gj
III .J 8
Iii 0 u;
~ ~ It)
~
!S )(
Z
Z :J
:::I
w
!
I&.
~
... .
.
..
David Wood Personnel@
51 N.W. 100th Avenue Plantation, Florida 33324
Telephone: (954) 452-5700 Fax: (954) 452-2044
Table of Contents
Proposer Information: page 2-8
Introduction Letter
David Wood Personnel Resume
Client Survey
Client References
Insurance in Force
Acknowledgment of Addenda: page 9
Fee Proposal Form: Fees are noted in the margin adjacent to the Position/job
classifications with Proposed Service Rate sheet: page 10-13
Declaration: page 14
Questionnaire: page 15-19
www.davidwoodpersonnel.com
Boca Raton · Coral Springs · Fort Lauderdale · Miami · Palm Beach Gardens. West Palm Beach
CAREER PERSONNEL (J SPECIALIZED RECRUITING (J PROJECT STAFFING (J QUALITY OFFICE TEMPORARIES
L
PROPOSER INFORMATION
Submitted by:
t>>..u, do UJ 00 cL ~ay~on n..tW
Proposer (Entity):
C"vLU\d. woo-~ ~.eISoY\~
Signature: LJ _ . _ n · 11 . f)_ ~_ :_1.... .-
~ .v~. ~~ ,VICoL-t"~
Name (Typed):
Gabriela Perez-Carpenter
Address:
51 N.W. 100th Avenue
City/State:
Plantation, FL 33324
Telephone:
(954) 452-5700
Fax:
(954) 452-2044
It is understood and agreed by Proposer that the City reserves the right to rejeet
any and all Proposals, to make awards on all items or any items aeeording to the
best interest of the City, and to waive any irregularities in the RFP or in the
Proposals reeeived 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
ereated at any point during the aforesaid evaluation/seleetion proeess until and
unless a eontraet has been agreed to and signed by both parties.
~n-Pkz. (1.A:~ q-h-O~
(Authoriied Signature) (Date)
( ';) fA. b r,..t.l "'- (J It v.e.. 7..-.... ~ V' f) L V\ -n y
(Printed Name)
RFP NO. 37-04/05
DATE: 8/3/05
22
CITY OF MIAMI BEACH
.
..
David Wood Personnel@)
51 N.W. 100th Avenue Plantation, Florida 33324
Telephone: (954) 452-5700 Fax: (954) 452-2044
:;;)
September 6, 2005
Pamela Leja
City of Miami Beach
1700 Convention Center Drive
Miami Beach, FL 33139
Dear Pamela,
Thank you for the opportunity to submit a bid for TEMPORARY PERSONNEL SERVICES, RFP# 37-
04105. We hope to continue working to service the staffing needs of the City of Miami Beach. We also
hope that our record of service for the past four years will demonstrate our dedication to providing superior
service to the City of Miami Beach and our capacity to perform such services upon request.
Please find attached your bid form along with other requested information. David Wood Personnel has
been servicing companies and municipalities in South Florida since 1967. In the past 38 years, we have
conducted over 800,000 interviews. That kind of experience has made us the area's most trusted personnel
source. Whether it's a specialized executive recruited from outside the area, a quick office support
temporary to get out today's work, or a trusted full time employee, a David Wood Specialist has the right
solution. Our functional areas of specialty include Administrative, Clerical, Accounting, Sales, and
Executive Personnel. David Wood Personnel's screening process includes:
1. Structured 12-Step Interview Process
2. Testing - to verify skills and proficiency
3. Reference checks with past supervisors
4. Free "Crime Guard" Criminal background check on all Career and Probationary Hire
Placements
5. Exclusive for the City of Miami Beach; Sexual Predator Screen, Drug screen and Credit
check for candidates handling any City funds
Upon completion of our screening process we present the top three finalists to coordinate and arrange for
interviews.
At David Wood Personnel, we think of our people who use our services as more than customers. We see
you as partners who help us explore new ways to improve your human resources delivery systems and to
enhance your use of our services. We, therefore, invite your comments any time.
David Wood Personnel is proud of its reputation and looks forward to committing our full attention to
continuing as your human resources staffing partner.
Please let me know if you need further information, or if you have any questions. We may be reached at
(954) 452-5700. I look forward to working closely together in your next fiscal year.
f~.~
Gabriela Perez-Carpenter, Vice-President
David Wood Personnel
www.davidwoodpersonnel.com
Boca Raton · Coral Springs · Fort Lauderdale · Miami. Palm Beach Gardens. West Palm Beach
CAREER PERSONNEL 0 SPECIALIZED RECRUITING 0 PROJECT STAFFING 0 QUALITY OFFICE TEMPORARIES
.i
David Wood Personnel
51 NW 100th Avenue
Plantation, FL 33324
(954) 452-5700
Contact: Gabriela Perez-Carpenter, CPC, Vice-President
gabrielapc@davidwoodpersonnel.com
OBJECTIVE:
To provide qualified professionals and staffing
solutions to the South Florida Business Community.
EXPERIENCE:
. 1968- Present David Wood Personnel
. Full Time Placement
. Temporary Help
. Temp- To-Hire Placement
. Administrative, Clerical, Accounting and Sales Personnel
ACCOMPLISHMENTS:
. Over 37 years in Business
. Locally Owned and Operated
. One year Unconditional Guarantee
. Thousands of Happily Placed Candidates
. 99% Client Satisfaction Rating
. 61% of our candidates are not registered with another Personnel Service
EDUCATION:
· Software Testing (i.e., Excel, Word, PowerPoint)
. Clerical Testing
· AccountingIBookkeeping Testing
. Customer Service Testing
. Sales Testing
. Customized Client Testing
. Many Certified Staff Members
· Mandatory Criminal background Checks
PROFESSIONAL ORGANIZATIONS:
. Human Resource Association of Palm Beach County
. Human Resource Association of Broward County
· Palm Beach County Business Development Board
· Several Business Networking Organizations
. University Advisory Committees
. Private Advisory Committees
· Business Development Board of Palm Beach County
REFERENCES A V AILABLE UPON REQUEST
WHAT
o U II
(~I..II~N'l'S
SAY
All 0 U 'I'
1] S !
1\
f~ IJ I I~ N '1'
SIIII 'TI~Y
IIi
..~
As part of our ongoing "Total Quality Management (TQM)"
program, we have been asking our employer clients, since January,
1993, to rate our Temporary Field Employees. Since that time we
have incorporated a post paid evaluation card within our Time Card.
These cards are removed from the back of the Temporary Field
Employee's Time Card by the on-site client supervisor, and mailed
independently to us at our corporate headquarters where they are
first reviewed by our President. The Temporary Field Employees
typically do not see these evaluations.
Over 10,000 individual resRQnses have been received,
representing a 43% return. Here is a summary of the responses.
s-
We asked you, our client, to rate our employees in four
categories:
PUNCTUALITY
APPEARANCE
A TImJDE
PERFORMANCE
Our clients responded as follows:
.l
CLIENT FIELD EMPLOYEE RATING
970/0 EXCELLENT OR GOOD
20/0 FAIR
10/0 POOR
The EXCELLENT to GOOD rating has been 4: I
Our clients were also asked if they would like this Temporary
Field Employee assigned again.
970/0 said "YES"
3% said "NO"
Part of our result is dependent on our philosophy that client
satisfaction is our most important daily goal. While we are proud
of our record of careful recruiting, screening and selection. We
are constantly listening to you, our client, for ways to improve our
services.
.
..
David Wood Personnel@
51 N.W. 100th Avenue Plantation, Florida 33324
Telephone: (954) 452-5700 Fax: (954) 452-2044
to
REFERENCES
Broward County Sheriff s Office
2601 W. Broward Blvd. Suite 3595
Fort Lauderdale, FL 33312
Patrick CaIIagy
Ph: 954-831-8170
Fax: 954-765-4006
Embraer Aircraft Corporation
276 SW 34th St.
Fort Lauderdale, FL 33315
Pam Barraclough
Ph: 954-359-3402
Fax: 954-359-3701
First NLC Financial Services
700 W. HilIsboro Blvd.
Deerfield Beach, FL 33441
Dominique Gangemi
Ph: 954-420-0060 x1378
Fax: 954-420-5496
www.davidwoodpersonnel.com
Boca Raton · Coral Springs · Fort Lauderdale · Miami · Palm Beach Gardens. West Palm Beach
CAREER PERSONNEL 0 SPECIALIZED RECRUITING 0 PROJECT STAFFING 0 QUALITY OFFICE TEMPORARIES
llEl~Elll~N(~I~S
HUNICIPALI1'IES
,;,
Iti
_.~
I
CITY OF CORAL GABLES
2801 Salzedo Street
Suite 200
Cotal Gables, Florida 33134
Yamilee D. Dubois
Ph: (305) 460-5524
Fax: (305) 460-5518
CITY OF MARGATE
5790 Margate Boulevard
City Hall
Margate, Florida 33319
Cynthia Armalin
Ph: (954) 972-6454 ext 270
Fax: (954) 979-4239
CITY OF DEERFIELD BEACH
227 N. W. Second Street
Deerfield Beach, Florida 33441
Lola Badilo
Ph: (954) 480-4200
Fax: (954) 420-5567
HOLLYWOOD HOUSING AUTHORITY
7300 N. Davie Rd. Extension
Hollywood, Florida 33024
Terri VomSaal
Ph: (954) 989-4691 Ext 302
Fax: (954) 961-8010
CITY OF HALLANDALE
400 S. Federal Finance Dept.
Hallandale, Florida 33009
Robert Fraidenburg
Ph: (954) 457-1363
Fax: (954) 457-1343
.
..
David Wood Personnelt!>
51 N.W. 100th Avenue Plantation, Florida 33324
Telephone: (954) 452-5700 Fax: (954) 452-2044
K'
DAVID WOOD PERSONNEL
INSURANCE IN FORCE
Brown and Brown. Inc.
Worker's Comp and Employers Liability Statutory $1,000,000 per occurrence
Blanket Employee Fidelity Bond $50,000 (Excluding transportation of
valuables for bank or brokerages)
National Union Fire Insurance Company AIS
Comprehensive General Liability General Liability $1,000,000 Combined Single Limits
of Bodily Injury and Property
Damage
www.davidwoodpersonnel.com
Boca Raton · Coral Springs · Fort Lauderdale · Miami · Palm Beach Gardens. West Palm Beach
CAREER PERSONNEL 0 SPECIALIZED RECRUITING 0 PROJECT STAFFING 0 QUALITY OFFICE TEMPORARIES
9
ACKNOWLEDGMENT OF ADDENDA
REQUEST FOR PROPOSALS NO. 37-04/05
Directions: Complete Part lor Part II, whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in connection
with this RFP:
Addendum No.1, Dated ~ (;I-l-f l '2.00C:-
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
J<' e--",,~ ~ P tA. trf. .,- ~
Name of Staff Member
q-f::,-OS-
Date
~o..br~.L.t~ {)~Ir€.l-" C4-( P"'~ r
Proposer - Name
G}'b .O~
Date
~ Pi-v...~~
Signalure
RFP NO. 37-04/05
DATE: 8/3/05
23
CITY OF MIAMI BEACH
1)11()J>>()~I~I)
~1~11'7I(~I~
111.\.~'1~
IIi
..~
}O
'-/1"/ .
David Wood Personnel will provide screened and tested
Contracted employees for the above rate per hour including the
following direct and indirect costs:
Administrative Costs
Advertising Cost
Criminal background Checks on Temp - To- Hire and
Fiduciary Contract employees
Custom Pre- Employment Orientation
Direct Pay
Employee Computerized Data Base Management
Employee Counseling and Perfonnance Reviews
Employer FICA Taxes
Federal Medicare Tax
Federal and State Record
,\
Federal Unemployment Tax
GovenunentReporting
Holiday Pay
Interviewing (Screening)
Office Overhead
Payroll Processing
Prior Employee Reference Checks
Recruiting Expenses
State Unemployment Tax
Testing
Vacation Pay
Worker's Comp Insurance
$ 1,000,000 Public Liability Insurance
$ 50~00 Fidelity Bond
30 Minute call back on order
Contract Employee Guarantee
Jt
VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS
1
Item TEMPORARY PERSONNEL SERVICES
1. Secretary I
f/4.~ Two years experience in secretarial and clerical work. Experience in meeting public and
ability to deal with customers using tact, poise, patience and courtesy. Knowledge and
experience in using MS Word, Excel, other MS office application programs. Must have ability
to work in a multi-ethnic/multi-cultural environment. Minimum 40 wpm.
2. Secretary IllAdministrative Assistant
Three years advanced experience in secretarial and clerical work including transcription,
, Lf . <<" 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
14. "?s' Responsible and varied clerical work involving moderately complex work methods and
procedures. Requires proficiency in the use of the word processor andlor typewriter. Must
type 40 correct words per minute based on dept. needs.
4. Clerk I
I~' 2. 2- Must possess basic typing and computer experience and good people skills. Dependability
and self motivation, work flexible schedule, including weekends and evenings. Must have
ability to work in a multi-ethnic/multi-cultural environment.
5. Clerk II
One year experience in general clerical work, possess computer software experience and
ltot. ~$" 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.
$
I
..
RFP NO. 37-04/05
DATE: 8/3/05
30
CITY OF MIAMI BEACH
/"",..
f
6. Clerk III
Three year experience in skilled typing and general clerical work, accounting & bookkeeping.
1~'So 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 AccountinQ Clerk II
J5'.4S'" Three years experience in accounting, supplemented by course work in accounting or
bookkeeping; or any equivalent combination of experience and training. Must have ability to
work in a multi-ethnic/multi-cultural environment.
8. Customer Service Reos I Comolaint Ooerator
Responsible telecommunications work in the Safety communications Unit. Retrieving,
14.12- 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 Reos I Communications Ooerator
Entry level responsible teleeommunications work in the Safety Communications Bureau.
Receiving, screening and relaying information for emergency and other calls utilizing a multi-
J't.st> line telephone and a computer aided dispatch system or other means. Effective
communieation 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 technieal work of a specialist nature. Interpretation of department
JLf.~ 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
t\..O Knowledge and skills in carpentry work at the entry level in the construction and finish work
~d. including materials, methods and techniques. Maintenance and repair of city facilities.
12. Electrician
rL.D 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.
11
,
IJ
RFP NO. 37-04/05
DATE: 8/3/05
31
CITY OF MIAMI BEACH
13
,
13. Plumber
~ Skilled work at the journeyman level as plumber with certificate of competency as a
~ journeyman in the plumbing trade.
14. Service Worker
~;J Advanced and responsible manual labor duties of a skilled nature.
15. Ale Mechanic
tto Skilled work at the journeyman level in the installation, maintenance and repair of air
~ conditioning equipment, and related apparatus.
16. Painter
tt-o Skilled painting work at the entry level in the construction, maintenance and repair of city
~ facilities.
17. Buver
}5'- 4~ Specialized technical, clerical and administrative work in the purchasing of assigned
commodities. Reviews purchase requests, assists with procurement problems, and solicits
quotations. Enters information for issuance of purchase orders.
RFP NO. 37-04/05
DATE: 8/3/05
32
CITY OF MIAMI BEACH
J'7
DECLARATION
TO: Jorge M. Gonzalez
City Manager
City of Miami Beach, Florida
I _ ,Ifr
Submitted this 1J1 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
U./~ .~. ,'- A' ~
~~~. ~
(!,t;t.,b r('~lA. P':t'"iLL' ~()~
PRINTED NAME
\J~u- - f/~'~
TITLE (IF CORPORATION)
RFP NO. 37-04/05
DATE: 8/3/05
24
CITY OF MIAMI BEACH
/)
QUESTIONNAIRE
Proposer's Name: D .n. II
o..v 'd. WOTnJ.- V~TSOV\ ~
Principal Offiee Address: n 6t. L..o...I a\._ J
I g ~ I VCLt w\ ~ /..,4~ kJ \i n:-
1J.J.e4)~ PO--lYV\. ~, ~ '31L10't
Official Representative: , () I Co..",~
Lt') D-b -r j, .Q... Lo.- r JZ.. ~ ~ 2.. ...
Individual
Partnership (Cirele One)
~rpora~
If a CorDoration. answer this:
When Ineorporated:
L!1~ 1
In what State:
1= lor-,d~
If a Foreian CorDoration:
Date of Registration with
Florida Secretary of State:
tQcgl
Do..vid. WooJ
Name of Resident Agent:
Address of Resident Aaent: 11 IIVu..I} '.)J < i- Pa...-l M ~ I ~ "33 "toq
I ~q J P~rv. ~ ~k.,L.o ~~'
President's Name:
J 0 CLY\
~t.(v ~
Viee-President's Name~ .f) , C ~
()..b( j.u.o... f" ~ " .t.- '2.- ... Ct (" ru
Treasurer's Name:
DfA. vi d. Wo"cJ
25
CITY OF MIAMI BEACH
RFP NO. 37-04/05
DATE: 8/3/05
It?
Members of Board of
Direetors:
David \A.Joo&
If a Partnership:
rv/ft
Date of organization:
General or Limited Partners:
Name and Address of Eaeh Partner:
NAME
ADDRESS
* Designate general partners in a Limited Partnership
I. Number of years of relevant experienee in operating similar
business: 3t6 '1/111 ('"5
2. Have any similar agreements held by Proposer ever been eaneeled?
Yes ( ) No 0(
If yes, give details on a separate sheet.
RFP NO. 37-04/05
DATE: 8/3/05
26
CITY OF MIAMI BEACH
17
Questionnaire (continued)
3. Has the Proposer or any prineipals of the applieant organization failed to
qualify as a responsible Bidder, refused to enter into a eontraet after an
award has been made, failed to eomplete a eontract during the past five (5)
years, or been deelared to be in default in any eontraet in the last 5 years? No
If yes, please explain:
4. Has the Proposer or any of its prineipals ever been deelared bankrupt or
reorganized under Chapter 11 or put into reeeivership? Yes ( ) No W
If yes, give date, court jurisdietion, aetion taken, and any other explanation
deemed neeessary on a separate sheet.
5.
Person o~ersons interested in this bid and Qualification Form have ( )
have not been eonvieted by a Federal, State, County, or Munieipal Court
of any vio ation of law, other than traffic violations. To inelude stoekholders
over ten pereent (10%). (Strike out inappropriate words)
Explain any eonvictions:
6. Lawsuits (any) pending or completed involving the eorporation, partnership
or individuals with more than ten pereent (10%) interest: tJo 1'U-
A. List all pending lawsuits:
RFP NO. 37-04/05
DATE: 8/3/05
27
CITY OF MIAMI BEACH
IV;
Questionnaire (continued)
B. List all judgments from lawsuits in the last five (5) years: tJlVt
C. List any eriminal violations and/or eonvietions of the Proposer
and/or any of its prineipals: Not'Ul-
7. Conflicts of Interest. The following relationships are the only potential,
actual, or perceived eonfliets of interest in eonneetion with this proposal:
(If none, state same.)
IUO)'\JL
8. Publie Diselosure. In order to determine whether the members of the
Evaluation Committee for this Request for Proposals have any assoeiation
or relationships whieh would eonstitute a eonfliet of interest, either aetual
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 eontract, all Proposers are required to
diselose all persons and entities who may be involved with this Proposal.
This list shall inelude publie relation firms, lawyers and lobbyists. The
Proeurement Division shall be notified in writing if any person or entity is
added to this list after reeeipt of Proposals. (Use additional sheet if needed)
nov...L
RFP NO. 37-04/05
DATE: 8/3/05
28
CITY OF MIAMI BEACH
ILl
Questionnaire (continued)
The Proposer understands that information eontained in this Questionnaire will
be relied upon by the City in awarding the proposed Agreement and sueh
information is warranted by the Proposer to be true. The undersigned Proposer
agrees to furnish sueh additional information, prior to aeeeptanee 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 eontained
in this questionnaire may be eonfirmed through a baekground investigation
condueted by the Miami Beaeh Police Department. By submitting this
questionnaire the Proposer agrees to eooperate with this investigation, ineluding
but not necessarily limited to fingerprinting and providing information for eredit
check.
WITNESS: IF INDIVIDUAL:
Signature Signature
Print Name Print Name
WITNESS: IF PARTNERSHIP:
Signature Print Name of Firm
Print Name Address
./ By:
General Partner
Print Name
WITNESS:
s~~~
~ (" \e(\ e..... ~ \.,~ J
Print Name t;)~
IF CORPORATION:
trw,d. Wood.... {Jt,r~crn~
Print Nal11e of Corporation \
If( q 1 ~C)...l. ~ ~ LA..\u-o B V'7J.,.
lufl.l;1'" Po-l~ ~, ~ ~~yoq
Address
(CORPORATE SEAL)
(.A..' President
Attest: ~-
~. ~f-~
Secretary
RFP NO. 37-04/05
DATE: 8/3/05
29
CITY OF MIAMI BEACH
~ \2~\-\ \ ~)\T
~
-
-
ORDINANCE NO. 2001-3301
AN ORDINANCE OF THE MA YOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,
CREATING DIVISION 6, TO BE ENTITLED ''LIVING WAGE
REQUIREMENTS FOR CITY SERVICE CONTRACTS AND
CITY EMPLOYEES", OF ARTICLE VI, ENTITLED
"PROCUREMENT", OF CHAPTER 2 OF THE MIAMI
BEACH CITY CODE ENTlTI..ED "ADMINISTRATION", BY
ESTABLISHING A UVlNG WAGE REQUIREMENT FOR
CITY SERVICE CONTRACfS AND ESTABLISHING A
LIVING WAGE FOR OTY EMPLOYEES; PROVIDING FOll
REPEALER, SEVERABILITY, CODIFlCA nON, AND AN
EFFECfIVE DATE.
WHEREAS, the City of Miami Beach awards private finns contracts to provide services for
the public. The City also provida financial auistance to promote economic development and job
growth. Such expenditures of public money allo serve the public purpose by creating jobs,
expandina the City's economic bale. and promotina economic security for all citizens; and
WHEREAS, such public expenditurea should be spent only with deliberate purpose to
promote the creation of full-time, pennanent jobs that allow citizens to support themselves and tbeir
families with dipity. Sub-poverty level waaes do not serve the public purpose. Such waaes instead
place an undue burden on taxpayers and the community to subsidize employers paying inadequate
waps by providina their employees with social services such u health care, housina. nutrition, and
energy assistance. The City has a responsibiJily when spending public fundi to set a community
alandanl that pennita full-time workers to live above the poverty line. Therefore, conb'actors and
subcontracton of City service contnct. should pay their employees nothinale.. than the livina waae
herein described; and
WHEREAS, in addition to requiring livin. wages for City services provided by private
finns, the City wishes to serve as an example by providina a living wage to all City employees.
NOW, THEREFORE, BE IT DULY ORDAINED BY mE MA YOll AND THE CITY
COMMISSION OF TIlE CITY or MIAMI BEACH, FLORIDA AS FOLLOWS:
SECTION 1.
That Division 6, to be entitled "Livina Wale Requirements for City Contracts", of Article
VI, entitled "Procurement", of Chapter 2 of me Miami Beach City Code entitlecl"Adminiatration"
II hereby created to read u follow:
10f9
Chapter 2
ADMINlSTRA TION
. . .
Article VI. Procurement
. . .
Division 6. LivinJ WIJe Requirements for Servico Contracts and City EmRlovees
. . .
Section 2-401.R..""...
DeftnldPIII
(a) "City" me~s the Jovemment of Miami Beach or any authorized a,ents. any board.
apnc;y. commission. department. or otherentilf thereof. or any successor thereto.
tb) '~oYel1ld Emoloyee" ~n. anyone employed by the CilV or any Service Contractor. II
fwther defined in Chi, Division. either full or part time. as an emolovcc with or without
benefits or u an i~dent cQntractor..
tel "Covel1ld Bm9IO\4er" means the Ci\y and any and all Service Contractorl_ whetbcr
contnctinl directly or indirectly with the City. @Ild subcontractOl'l of a Service Contractor.
(d) "Service Contractor" il any individual. business entity. cOlJ)Oration (whether for Drofit
ex: not for profitl. Dartnenbip. limited liability COIIlPany. joint yeqture. or limilll' lxlainesl
who ia conductin2 busineu in Miami BelCh~ or Miami Dade County. and meets one U) of
the two (2) followin, criteria:
(1) The Service Contractor i.:
(8) plicl in whole or part fJ1)lD one or more of the City'. aeneraJ. fund.'
c.ta1 pl'Qject ftnda. ~fI revenue funda. or any other funda either
din=ct1y or indileCtly. whether by comoetitive bid procca. informal
hidl. rcqueall for pooosaJa.SOIDe Conn of lOlicitation~ ne-lOliation. or
BlJ1'DIDCnt. or any other deci.lqo to enter into a CODb'lCt: or
(b) enpaed in the boline.. of. or part of. . contnct to provide. .
IUbconlnlcl to provide. or similarly litUlt9d to DJOvide. aervicel.
either directly or indimcdy for the benefit of the City. However. thil
doea not ,,,,If to c:ontncta related ~marily to the sale of products or
R!&
lel "Covered Serviccs" are the IYDe of servicel pwchued bv the Ci~ that are lu~lect to the
mqubemenu of this Diyision which include the fo))owin.:
(n City Service Contrac:tI
Conlracta involvin, the Cj~'. expendit9fO of over 5100.000 per year and which
include the followi", ~ of servp.:
(1) food pregll'lllion and/or distribution:
(2) aecuri,y ICI'Vlcca:
(3) routine mlintenance services .uch .. cUltodill. cleanin,.
computen~ refuse removal. R;1air. refinishinl!. and rec;~lin,:
20f9
..
(4) clerical or other non-supervisory office work. whether telllporary
or pemJanent;
is) tr8n$,P0rt8tion and .-kin, services;
(6) Findn, and rcgroducdon lq'Yicea:
(7) landsc~pinJ. Lawn. and or .,ncultural services: and
(8) park and public place maintenance
(2) Should InV services th8111e beint! nerformed bv Citv Emn)ovees at the time this
ordinance is enacted be solicited in the futUft! bv the Citv to be ne.nonned by a
Service COI)tractor. loch se~;ces shall be Covem Services lIubiect to mi. Divi&ion.
SECTION %408. "'PV" LIVING WAGE
(I) Llvln. Wa_ Paid.
(1) Servke Contndo'!.
AU Service ContrlctOll. u defined ~ this Division_ enterinl into a contract with thl(
Citv of Miami Beach shall ~y to all ita emplQyees who provide services CoV~ by
,hi. DiYilion. a livin, w"F of no leu ~an S8.S6 an hour with health benefits. or a
livin, wap of not leas than 59.81 an hour without health be~t.. u described in
this Section,
(2) Ctw EDlDlo-
Por a'Y BlnplQ)'eel under the City D.V plan. the City win ~Jin to ~ a livint! W82C
consilient with the foals and terms of this Division on phue-in bui. beJinnin, in
the 200 J -2002 City bucilel yw. incno...i", on III annual basi. incrementBlly 10 that
the Livin, Wlte is fully inwjemented for Ci(y omplQ~. in the 2003-2004 City
bud.t year as m~ be a4justed pursuant 10 lubaection (e) below. 'l'hemafter. the
Li~nR Wue to be naid by !be City to ill emol01lll!lY lIball not. be aubiect tp tht lUlnual
indexiDlr _nR the CDnaunwq Pti~ rn~. for aU Qrhan Conaumen (CPr.In reauill".d
un_ lubleCtion eel bl;low and inatp..d shall be lubiflCt to ne~ptiations within ~
coJlective banrainin. structure.
{b} H"'~ Benellts. For a Covered Brqplover or the Ow to COIJU)ly with the livin, wlure
DI'Ovision bY chooIin, to "'" the lo~r WIlle scale ayailable when a Covcnd BmpJop also
provides health benefits. such health benefits sbaIJ OOl)I'lt of pavment of at leut Sl.2S per
hour towards the provision of health CII'e benefit. for Covered Emgloyees and their
deDeDdents. If the heallh begefi~. plan of the Covetm BmDlover or the Ci,y reaain. an
initial period of erQDlovment for I new clIlPloyee to be cUmbIe for health benefifl (elilibijlity
RGriod) such Covered EnmIQ\'eJ' or City m., qualifY to DaY the SB.S6 per hour W~F scale
durin, the new emaIoWJe'. initial elilibili'.)' period pmvitWI dte new emplOYee wilJ be pBid
health benefits upon completion of the eliJibiUty period. Proof of the Provision of health
benefits musl be submitted to the awlUdinl! authority to quali(y for the wa,e rate for
emglQyee8 with health belWic.,
ec) Ind...... The livinl! wuc will be automatically ii_xed eICh YC8I' _ft, the Consumer
Price Index for all Urban Consumers (CPt-In un Ie. the City Commiuion determines
it would not be fiscally sound to implement the CPI-U in a particular yell'.
30f9
Cd) Certlfteadon Reaulred Before Pavment. Any and all contracts for Covered Service~
shall be void. and no funds may be released. unless prior to enterina: anv a2J"eernent with
the Cty for a Covered Services contract. the em.ployer certifies to the City that it wiU D,y
each of ita employees no less than the livin, wqe 4escribed in Section 2-408 Ca). A
co"py of this certificatc must be made available to the public upon reQuest. 1)1~
certificate. at a minimum. must include the followimz:
0) the namc. Addresl. and ohone number of the employer. a local contact
penon. and the .oecific Dl'Qject for which the Coven:d Services contract
is sou"'t:
(2) Ihc IDIOUnt of the Covered Services contrICt and Ihe City Department the
contract will servc:
(3) a brief descriDtion of the proicct or service provided:
(4) a statement of the ~,e levels for all enmlovees: and
(S) a commitment to P'Y all ernJlJoyecs a Iivin, wao. as defined by
uaruraOh Section 2-408 ea},
(c) ObaenatloD of Other La... Even Covered EroDlo. shall be Dad not lell than
biweekly. and without subsequent deduction or rebate on any account (except 81 such
DBYI'OIl deductions 81 are directed or pennittcd by law or by a collective bqainin,
.lfI'CmenO. The Covered Employer shall PItY Covered Bn\pIoyees wae rates in
accordlnce with federal and all other aDDlicable laws such U overtime and similar WIJC
laws.
en ra.tInt- A cOPY 9f the l~yinl waRe rate aha!) be kept polled bv the Covc:rcd Emoloyer
at the lite of the work in a prominent place where it can cully be accn and read by the
Covered BmpJo)'eCS and shall be s..led to the c:D1PJoyee within a JaIOMbJe time after
a request to do 10. Poalina ~uiremcntl will not be required where the Covered
Emplovcr Drinll the foUowin, statements on the front of the Covered BJnplovee'. tint
paycheck and evmy lix months theJufter: nyou are reauimd by Cty or Miami Beach Jaw
to be plid at least S8.S6 dolllll an hOlD'. If you III'e noI paid thil hourIv rate.. conblcl YOUr
e~lo,.. an attornev. or the City of Miami BC8Ch." All notice. will be printed in
Bnflish_ Spanish. and Creole. .
lJl CoDedIve .....nt..._ Nothing: in this Divisiop shall be mad 10 ~uire or authorize any
Covered ~Io,yer to reduce wapi let by a coIlectiye bll'Jainin, a,reement or are
required under any 1)r1:vailin, wase law.
40f9
SECTION 2.40'. Reserved
IMPLEMENTA TION
eal Procurement &peclftcaUons. The livin2 waRe shall be required in the Drocurement
specifications for all City service contracts for COyeml Services on which bids or Pft)JlPSals
shall be solicited on or after the effective date of this Division. The DrocUJement
IDeCificationl for 8DplicabJe Covered Services contracts shall include a requirement that
Service Contractors and their Bubcontracton .gree to produce all documenu and records
relltin, to payroll and compliance with this Division upon reouest from the City. All
Covered Service contl'lCts awarded subsequent to the dale when this Division becomes
effective. shall be subiect to the reouirements of this Division.
(b) Information DlatrlbutecJ, All requests for bids or requeatl for DI'ODOsals for Covered
Services contracts of $100.000 or more shall iJlCJude aDDr'Oonale Infonn8tion about the
~Jlirementl of this Division.
(c) Malntenanee or Payroll Reeord.. P.ACh Covered HmDlover shall maintain uavrolls fo(
all Covered qloyees and basic records rel.n, theme .nd shall preaerve them for. period
of three (3) vean or the tenn of the Covered Services contract. whichever ia 2I'eater. The
record. shall contain:
(I) the name and .dtlll!lls of each Covered BD\PIQyee:
(2) the iob title and cllllifieation:
(3) the number of houri worked each day:
(4) the JIOII WI2CI CII1ICd and deductions made:
(5) annual Wapi paid:
(6) a cQPv of the lOCial security returns and evidence of oavment
Ihen:of:
(7) a record of frin,e benefit payments includinl contributions to
.P9J'Ovcd plana: and
(8) any other dala or infonnation this Division shoQld requite from
time to lime.
Cd) ReDOrdn8: Pavroll. Eyerv six (6l months. the Covered Bmolover shall file with the
Procurement Director a eomnlete DavroU showinlr the Covelll!ld Bn,olowr'. Davroll
mcordI for each Cownd HmDJoW!C workinlr on the contmctt's) for Covered Smvice!l for
one oavroll oeriod. U-poo reauest from the City. the Covered Bnwlo)W shan produce
for in~tion and cQgyin, its oavroll recorda for any or all of itl Covered BInpIowes for
any period covered bv the Covered Service contract. The Citv mav examine oavroll
records.. -.tI"4 to ensure comolianee.
SI:C'I'ION 2-410. R..~'"
COMPLIANCE AND ~ORCEMENT.
la) Servlc:e CcmlndDr to Caoaerale. The Service Contractor shall ocnnit City emolovees.
.pla. or n;prcaentatlvea to observe work bein2 performed aI. in or on the proiect or maUer
for which the Service Contractor hu a contract. The Ci(y ~tatiYe. mav examine the
boob and recorda of the Service Conlrlctor relatin, to the emplOYment md oltYlOlI to
dctennine If the Service Conlractoris in comDliance with the oroyisions ollhis Division.
~of9
.
. OJ} CoIDDJllnt Procedures and Suctions,
(1) An empJQvee who believes that this Division II)plies or agDlicd to him or her and
that the Service ContrlCtor. or the City. i. or wu not conwlyin, with the
raquirements of this Division hu a riJht to file I cOD\Plaint with the Procu~mcnt
D~tor of the City. Com"l~n" by employee, of alleled violations JDay be made
at any d~ and shall be investiptcd within tbirty {JO) ~ by the City. Written and
oral statementl by an employee shall ~ treated 81 confidential an~ shall not be
diacloaed wi,hopt the written con.ent of tQe emplQ)'ee to dJe extent "'owed by ,he
Florida Statute&.
(2) AnY individual or entity may also file a complaint with the Procurement Director
of the City on behalf of an emploYee for investigation by the City.
(3l It shall be the IeIJODSibilitv of the City to inveatip~ all alleptions of violations
al lhil Division within thi~y (30) ~ If. at ~y time. ... City. qpon inveati,lllion
_ermines that. violatiOn of this Division has occ~ it shall. within Ien ((0)
worki.., ~ of a findin, of non-cOlllpUance. issue a notice of corrective action to
the eq)loyer .~i(yi", all areas of non-compliance and deadlines for maolulions of
the identified violations. If I Service: Contractor fails to comply with any notice
i"l~ the ~itv Man"Ff or the City Man..'Vc', dcsipee may iSl~ an order in
wltn_ to the Service Contractor. by certified mail or hand delivery. notifYin, the
Service Contractor to .pp:ar at an adminiltnWve heBrin, before the City Manaeer
or the City Manaftr"s dcsitnee to be held at a time to be fixed in such order. which
tI.'tIl shall be not lesl tb,n five (S) ~ after service thereof.
(4) The proceedinp shall be infonnal. but shall afford the Service Contractor the
litht to teltifv in the Service Contractor'. own defense. PJWnt witncascs. be
I'IlDRscnfed by counsel. submit relevant evidence. Croll examine witneascs and
object to evidence.
(S) The proceeding Mall be recorded and minutes keot by the City. Any Service
Contractor reqpirinll verbatim minutes for iudil;laJ ~view may arr&IlJe for the
lIClVices of I coun reDOrter at the ~~ of the Service ~ontractor.
(6) Within ten (10) ~ of the closc of the hellin.. the City M~.m' or the City
M~IF'. _pee IhaIIIIlIKIer a decision in writjn, dctmmioin, whether or not
the Sqvice Conb'lctor il in corqpIiance.. or whe~ other actiQIIlho\dd be taken.
or whether the mattm- Mould be C(gntinued. u che cue may be. and .tatinS! the
reaons and findinp of flCt.
m The Qty ~ao"" or the City Man-pr', deli.Be shall file findinp with the
CiCY Clerk. .. shall send a bue and cpIIlCl cogy of hit order by certififd mail.
n:tum receipt requested. or by hand delivCly. to the business address u the
Service Contractor shall _iplate in writin,.
(8) The City Manuel"s or desipl~'s findinea shall constitute the tinal
adminis1l'alive action of the City for p\Jl'DO&Cl of iudicial review under state Jaw.
60f9
(9) If a Servicc Contractor fails to seck timely appellatc review of an order of the
City Man.Ref or the City Mana2cr's desiJllcc. or to comply timelv with such
order. the City may pursue the enforccment of sanctions sct forth in Section 2-
410 (c).
eel Prlya" JI_ht of A~lon A.-SlUt Service Contrador Anv Covered Emnlovf!e of Qr
fql'll'lm' Covered Brr)Dlovee of a Service Contracror mav. instead of UlilizinR the Citv
adminiltrBdve omcedUl1! set forth in this OJ vilioQ. but not in addition to such orocedure.
brinll an action bv flUnR _uit AR.inst Ihe Covered Emnlover in anv court of comnetent
iurildiclion to enforce the nmvisiona of this Division and may be aWAftIM back nay. benefits
attorney'. fClCI. ~ COlli. The aoal,cAhIe Itatute of limitationa for such a claim will be two
(2\ 'VC8flI U DmvjdM in Florida StatuU:s~tion 9S.11(4)(c\ for an action for oavment of
wa~.. The court may also i~DOIe unctions on the Service Contr8Ct~. includinll thOle
DeI'IOIII or end tie. aidinR or abetting the Service Contractor. to include wa~ restitution to
the affected Coveftld Rmolovee and damaReIl oavable to the Covered Emnlovee in the sum
or gO to SSM for each week each Service Contractor is found to have viol.'M this Division.
(d) SanctloDl A_lnlt Service Contncton. For violations of this Division. the Citv shall
sanction I Service Contractor by reguirin, the Service Contractor to pav waF restitution
at the employers expense for each affected employee 8nsS may access the followinJ:
(I) The City ~ impoae dam..~ in the sum ofSSOO for each week for each
emploYee found to have not been paid in accordance with this Division;
and/or
(2) The City may~usDCnd or tenninate DaYment under the Cove~ Serviccs
contract or terminate the conb'act with the Service Contractor: andlor
(3) The City may dcclR the employer inelilible for future service contracts
for thtee (3) yean or until all nenaJties and restitution haye been Daid in full...
whichevc;r illonF. In addition. all erDolovCl'l shall be ineJipble under this
section where principal officers of the ell'lP10yer wc~ principal officcn of an
employer who violated this Division.
(0) Public Keco~ of Sanctions. An such sanctions recommended or imoosed shall be a
matter of public record.
en ~ for AldIa, and Abettin2. The sanctions in Section 2-ilO tc) shall also aouly
to any partv or DUties aiclin, and abettin, in anv violation of this Division.
C,) R"'.'adon aad DlscrlmInadon Barred. A CoYCJed BmDJOver shall not dischlU'2.c.
reduce the compensation. or otherwise discriminate .mldl any Covered EmDlovee for
makin, a coq)laint to the City. or otherwise usenin, his or her rimts under this
Division. 98dicipatinR in any of it. proceedinp or Ulin, anv civil remedies to eQforce
hi. or her rimlS under this Division. Allegalions of rIltaliation or diacriminlllion. if found
true in a oroceedln, under paruraDh (b) or ~y a court of ~pctent iurisdiction under
para~h ec). shall rasult in In Older of restitution and rein.t,J,ement of. diachanzed
Covered Bulplovee with back ~ to the date of the violation or such other relief as
deemed WI'QDriate.
70f9
:
(h) Enforcement Powers. If necessary for the enforcement of this Division. the City
I.........'{ Commission may issue subpoenas. comoel the attendance and testimony of
witne'lea and DrOduction of books. DIDeI'I. recorda. and docwnentl rel.tin, to pavroll
records necessary for hearinR. inveatiptions. and proceedinp. In case of disobedience of
the .ub,poenL the City Attorney may aPlly to I court of competent iurisdiction for an order
rOQuirinR the atten~ and testimony of witnel8c:a 8I1d oroduction of books. ~rs.
records. md documenll. Said court. in the CUll of the refusal to obey such IUbj)oenL after
notice to the perlon subpoenaed. and upon findin, thlt the attendance or testimonv of such
witneues of the production of such book.. OlDen. records. and documents. u the case may
be. i. relevant or neceasar:y for such hearin,.. investiptions. or ,roc_in,s. m.v iuue an
order requirin2 the attendance or testimony of such Minella or the production of such
documents and anv viol81ion of the COlUt'. Older ~ be punishable by the court as contcn\pt
thereof.
(j) RemedJeI Herein Non.Exdulve. No mne4v set forth in this Division il intended to
be exclusive or a prerl'Quiaite for aaertin, a claim for relief 10 enfon:e the rilhl. under thil
Division in a court of law. This Division shall not be con.tnled to limit an e~lovce's ript
to brinR a common law cause of action for wronafuJ tennination.
SECfION 2. REPEALER.
All ordinances or pms of ordinances in conflict herewith be and the same are hereby
repealed.
SECTION 3. SE~RABILlTY.
If any section, subsection, clause, or provision of this Ordinance is held invalid, the
remainder shall not be affected by such invalidity.
SECTION 4. CODIFICATION.
It i. the intention of the Mayor and City Commission of the City of Miami Beach, and it is
hereby ordained that the provisions of this Ordinance shall become and be made a part of the Code
~f the City of Miami Beach, Florida. The sections of this Ordinance may be returned.
80f9
SECTION 5. EFFECTIVE D~ TE.
This Ordinance shall take effect on the 28th day of Aprll . 2001.
PASSED and ADOPl'ED this ~ day of April. 2001.
A TrEST:
JIJ MAYOR
f<l~J- YaltlLVL
CITY CLERK
!at readina
2nd readinl XX
~d1nanc. No. 2001-3301
APPROVED AS TO
FORM" LANGUAGE
clPORBXBCUTlON
r- l;:-()I-
-y~~....-...._..
9of9
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 &,
ENTITLED "UVING WAGE REQUIREMENTS FOR CITY
SERVICE CONTRACTS AND CITY EMPLOYEES"iBY
AMENDING SECTION 2-408(b). ENTITLED tlHEAL TH
BENEFITS", THEREIN, TO PRESCRIBE A MAXIMUM
PERIOD OF TIME FOR THE tlEUGIBILlTY PERIODtI, AS
SAME IS DEFINED THEREIN, UNDER WHICH A COVERED
CONTRACTOR MAY QUALIFY TO PAY ANEW EMPLOYEE
THE $8.51 PER HOUR WAGE SCALE; PROVIDING FOR
REPEALER, SEVERABIUTY, CODIFICATION, AND AN
EFFECTIVE DATE.
WHEREAS, the City award, contracts to private firms to provide serVices for the
public and also provides financial assistance to promote economic development and job
growth; and
WHEREAS. such expenditures of publie money also serve a public purpose by
creating jobs. expanding the City's economic base, and promoting economic security for aU
cltlzens;and
WHEREAS, such public expenditures should be spent only with deliberate purpose
to promote the creation of full-time. permanent jobs that allow citizens to support
themselves and their families with dignity; and
WHEREAS, sub-poverty level wages do not serve the public purpose, and such
wages place an undue burden on taxpayers and the community to subsidize employers
paying inadequate wages by providing their employees with social services such as health
care, housing, nutrition, and energy assistance; and
WHEREAS, the City has a responsibility when spending publie 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
emproyees nothing less than the living wage herein deser/bed; and
WHEREAS, in addition to requiring living wages for City services provided by private
firms, the City wishes to serve as an example by providing a living wage to arl City
employees. .
NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS:
SECTION 1. AMENDMENT OF CITY CODE
That Section 2-40B(b), entitled "Health Benefits", of Division 6, entitled "Living Wage
Requirements for Service Contracts and City Employees", of Artlele VI, entitled
"Procurement", of Chapter 2, entitled "Administration, of the Miami Beach City Code Is
hereby amended to read as follows:
Chapter 2
ADMINISTRA nON
* * .
Article VI. Procurement
* . *
Division 6. Living Wage Requirements for Service Contraets and City Employees
* * * -
SECTION 2-408. LIVING WAGE
. . .
(It) W.alth ..n.... Fer a C9'.'8fect EMpleyer 9r the City te aemply with the Ii'JiAg tJ-'8ge
pfe-AsiGA by OhGG8iAg te pay 'he le':..r '>>8ge soale a\laR8Ble whBA a ew....,." ilRplayer
aile pNvkte8 health BeAefits, swoh health beRetite Ihall GeA.ilt 9f P8VR'eAt of at le8st
S1.~1i per Jle..r teward. the pfOVleleR 9f hell"' 88" BeReIte fer Ca'lered &mpley8el aAct
their "epeR"eAlI. If the heal" beAefits pJaA ef the Ceverect &fRPIeyer sr It!.e City f8'twlree
aA IAitial. peRH af empleyMeAt fer a AM'] Mlplayee te be eligible fer heal" Dene.
(eligibility peRGet) ,"sh Cave.. 'mpleyer ar CIIy may lfwalify te pay the $8.1i& per hayr
1.-181. leale ,h"~Ag the Rev: empleyee'. eligibility p.Re" pf8l'Me8 the Aew eMpleyee will be
pall\l health liteAetite \lpeR GeMplellaA sf the eligiBility peAe". PFeef ef th. pNWiliGA ef
~e811l aaeRefils ",wst be 8\1..1*" Ie t~e .waRllAg awtheRly te If''all~' fer the wage Fate fer
.""Ievee. with health beAefits,
(b.) Health Benefits: ellalblllty arlod. For a Covered EmoJover or the CItv to comDlY with
the livinG waGe Drovision by choosInG to DaY the lower wace scale 8V8i1able when a
Covered EmDlover also Druvid.. heBIt!} benefits. such health benefits shall consist of
oavment of at least 51,25 Der hour toward the DrOylalo" of health benefits for Covered
EmoIove8S and their deDendents.
If the health benefits Dla" of the Covered EmDloyer or the City reauires an initial oer1od of
emDlovment for a new emDlovee to be eliaible for health benefits (aUDibility Dartod) the
Iivloo waae DIOylslon shaH be comDlled with 8S follows durinG the elialblllty Deriod:
(1) Provided the new emolovee wit be DaJd health benefits UDon the comDletlon of
the ellqibMltv oerlod. a Coyered EmDlover or the CItv may onlv aualify to DaY the
58.58 per hour waae scale for 8 term not to exceed the first ninety (90) days of
the new BmDlovee's ellalbllltv Deriod. said term cammenana on the emDJovee'.
date of hIre,
.,-
(2) If the Covered EmDlover's or the City's eUaibll1tY oeriod exceeds the ninety (gO}
day term Drovided In subsection (1) a~e. then the Covered EmDlover or the
City. commenc.no on the ninety first (91 ) davof the new emolovee's eligibility
period. mUlt commence to Dav a livina waoe of not less than 59.81 an hour.
Proof of the Drovislon of health benefits must be submitted to the awardlna authority to
puallfv for the wage rate for emDlovees with health benefits.
SECTION 2. REPEALER.
All ordinances or parts of ordinances in conflict herewith be and the same are hereby
repealed.
SECTION 3. _EVERABI LlTY.
If any section, subsection, clause, or provision of this Ordinance Is held invalid. the
remainder shall not be affected by such Invalidity.
'EeTION 4. CODIFICATION.
It Is the intention of the Mayor and City Commission of the City of Miami Beach, and it Is
hereby ordained that the provisions of this Ordlna~ce shall become and be made 8 part of
the Code of the City of Miami Beach, Florida. The sections of this Ordinance may be
retumed.
SECTION 5. EFFECTIVE DATE.
PASSED and ADOPTED this 30th
,2003.
ATTEST:
MAYOR
~6 f d.t d.t.v-
CITY CLERK
-...,- ...
1st reading
2nd reading
.,~AII'IO
POIIMaLANGUAGI
.1GI1XECUI1ON
TMGENOA\2003\l1pr0903\nIguJ.r\l.lvIng WIlli Prob Per 04 03 ord.cIoC