HomeMy WebLinkAboutA1A Employment
?tJ(;J~ - ;2to 9/
;;Jftr; - erF
PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH, FLORIDA
AND
A1A EMPLOYMENT OF MIAMI
FOR
TEMPORARY PERSONNEL SERVICES ON AN "AS NEEDED" BASIS,
PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 37-04/05
THIS AGREEMENT made and entered into this lilt day of VA-Nl//lfL1,2006,
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 A1A EMPLOYMENT OF MIAMI (hereinafter
referred to as Contractor), a Florida corporation, whose address is 3050 Biscayne
Boulevard, Miami, Florida, 33137.
SECTION 1
DEFINITIONS
Agreement:
This Agreement between the City and Contractor.
City Manager:
The Chief Administrative Officer of the City.
Contractor:
For the purposes of this Agreement, Contractor shall be deemed to
be an independent Contractor, and not an agent or employee of
the City.
Services:
All services, work and actions by the Contractor performed
pursuant to or undertaken under this Agreement, as described in
Section 2 and Exhibit "A" hereto.
Fee:
Amount paid to the Contractor to cover the costs of the Services.
Risk Manager:
The Risk Manager of the City, with offices at 1700 Convention
Center Drive, Third Floor, Miami Beach, Florida 33139, telephone
number (305) 673-7000, Ext. 6435, and fax number (305) 673-
7023.
1
SECTION 2
SCOPE OF SERVICES
2.1 GENERAL
The City is entering into this Agreement for temporary personnel services, on an
"as needed basis", as set forth in Request for Proposals (RFP) No. 37-04/05, together
with all amendments thereto (the RFP) , and Contractor's Proposal in response thereto,
attached as Exhibit "A" hereto (and collectively referred to as Proposal Documents) (the
Services). Temporary personnel are needed to cover for regular City employees who
are on vacation or leave of absence; to temporarily fill vacancies until they are
permanently filled; and to work on special projects.
2.2 MIAMI BEACH ONE-STOP CAREER CENTER
Contractor hereby agrees to utilize best efforts work with the Miami Beach One-
Stop Career Center to recruit potential employees.
2.3 SCREENING, INTERVIEWING, TESTING AND TRAINING
Contractor will be responsible for, and provide to the City, supporting
documentations for screening, interviewing, testing and training of temporary personnel,
to include:
- In depth interview that includes job preferences, experience, goals, interest, attitudes,
motivation and other work-related attributes.
- Job-related tests to include typing and communication skills.
- Background checks, to include drug testing, criminal checks, and credit history
(for positions that may require the handling of City funds), all to be performed at the
same level of stringency the City uses for screening its own employees for hire.
- Verification that its employees are not convicted sex offenders.
- Training employees on the City's Service Excellence Program.
2.4 INDEPENDENT CONTRACTORS
For the purpose of this Agreement, Contractor acknowledges and agrees that any
and all temporary personnel assigned by Contractor to provide services to the City
pursuant to this Agreement shall be deemed to be independent contractors and agents
or employees of the City, and shall not attain any rights or benefits under the Civil
Service or Pension Ordinance of the City, or any right generally afforded Classified or
Unclassified employees. Further each personnel shall not be deemed entitled to
Florida Worker's Compensation benefits as an employee of the City, or accumulation
of sick or annual leave.
2
SECTION 3
COMPENSATION
3.1 FEE
Contractor shall be compensated for the Services, as set forth in Section 2 and
Exhibit "A", based on the temporary personnel services provided, as needed, by the
City. The hourly rates set forth in this Agreement shall remain fixed and firm for the
duration of the Agreement, subject to negotiation based on Consumer Price Index-
Urban Areas (CPI-U) or City's Living Wage Ordinance (as same may be amended) rate
increases.
3.2 COMPLIANCE WITH CITY'S LIVING WAGE LAW
Contractor acknowledges that it shall be required to compliance with the City's
Living Wage Ordinance, pursuant to Section 2-408 of the Miami Beach City Code, as
same may be amended from time to time. At the commencement of this Agreement,
pursuant to the City's Living Wage Ordinance currently in effect, Contractor shall be
required to pay all employees who provide services pursuant to this Agreement, a living
wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits
for a total minimum value of $9.81 an hour, or a living wage of no less than $9.81 an
hour without health benefits. Contractor's failure to comply with this provision shall be
deemed a material breach under this Agreement, under which the City may, at its sole
option, immediately terminate the Agreement, and may further subject Contractor to
additional penalties and fines, as provided in the City's Living Wage Ordinance, as may
be amended. The most recent copy of the City's Living Wage Ordinance is attached as
Exhibit B hereto; notwithstanding the preceding, it shall be Contractor's sole
responsibility and obligation to familiarize itself with the Living Wage Ordinance, as well
as any subsequent amendments thereto.
3.3 TEMPORARY TO PERMANENT
In the event that that the City, at its sole discretion, elects to employ a temporary
employee, no fee and or penalty of any kind (resulting from the change in status of the
temporary employee from temporary to permanent), shall be assessed by the
Contractor.
3.4 INVOICING
Contractor is required to furnish the following information on its invoices for
temporary personnel supplied to the City:
- Purchase Order number issued by the City's Procurement Division
- Department and location within the City of temporary services provided
- Full name of individual performing the service
- Job classification
- Number of hours worked, by date
3
All invoices are subject to verification, approval, and processing by the City department
requesting the temporary personnel.
3.3 METHOD OF PAYMENT
Payments shall be made for Services satisfactorily rendered within thirty (30)
days of the date of proper invoice. Contractor shall provide invoices in duplicate to the
manager or department head of the City department utilizing the temporary personnel
for which the invoices are for.
With a copy to:
City of Miami Beach
Accounts Payable Department
1700 Convention Center Drive, 3rd Floor
Miami Beach, FL 33139
SECTION 4
GENERAL PROVISIONS
4.1 RESPONSIBILITY OF THE CONTRACTOR
With respect to the performance of the Services, the Contractor shall exercise
that degree of skill, care, efficiency and diligence normally exercised by recognized
professionals with respect to the performance of comparable Services. In its
performance of the Services, the Contractor shall comply with all applicable laws,
ordinances, and regulations of the City, Miami-Dade County, State of Florida, and
Federal Government.
4.2 PUBLIC ENTITY CRIMES
A State of Florida Form PUR 7068, Sworn Statement under Section
287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's
Procurement Division, prior to commencement of the Services herein.
4.3 DURATION AND EXTENT OF AGREEMENT
The term of this Agreement shall be for an initial term of two (2) years
commencing on the last date of execution of the Agreement by the parties hereto. At its
sole discretion, the City may renew this Agreement upon the same terms and
conditions, for up to two (2) additional one (1) year renewal options, upon thirty (30)
days written notice to Contractor (such notice to be provided prior to the end of the initial
term or a renewal term, as the case may be).
4.4 TIME OF COMPLETION
The Services to be rendered by the Contractor shall commence upon receipt of a
Purchase Order from the City, subsequent to the execution of the Agreement. The
Services shall be ongoing for the Term of the Agreement, on an as needed basis.
4
4.5 INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City of Miami Beach and
its officers, employees and agents, from and against any and all actions, claims,
liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for
personal, economic or bodily injury, wrongful death, loss of or damage to property, at
law or in equity, which may arise or be alleged to have arisen from the negligent acts,
errors, omissions or other wrongful conduct of the Contractor, its employees, agents,
sub-contractors, or any other person or entity acting under Contractor's control,
including without limitation any and all temporary personnel assigned to the City
pursuant to this Agreement, in connection with the Contractor's performance of the
Services pursuant to this Agreement; and to that extent, the Contractor shall pay all
such claims and losses and shall pay all such costs and judgments which may issue
from any lawsuit arising from such claims and losses, and shall pay all costs and
attorneys' fees expended by the City in the defense of such claims and losses, including
appeals. The parties agree that one percent (1 %) of the total compensation to the
Contractor for performance of the Services under this Agreement is the specific
consideration from the City to the Contractor for the Contractor's Indemnity Agreement.
The Contractor's obligation under this Subsection shall not include the obligation
to indemnify the City of Miami Beach and its officers, employees and agents, from and
against any actions or claims which arise or are alleged to have arisen from negligent
acts or omissions or other wrongful conduct of the City and its officers, employees and
agents. The parties each agree to give the other party prompt notice of any claim
coming to its knowledge that in any way directly or indirectly affects the other party.
4.6 TERMINATION, SUSPENSION AND SANCTIONS
4.6.1 Termination for Cause
If the Contractor shall fail to fulfill in a timely manner, or otherwise violate
any of the covenants, agreements, or stipulations material to this Agreement, the City
shall thereupon have the right to terminate this Agreement for cause. Prior to
exercising its option to terminate for cause, the City shall notify the Contractor of its
violation of the particular terms of this Agreement and shall grant Contractor ten (10)
days to cure such default. If such default remains uncured after ten (10) days, the
City, upon thirty (30) days' notice to Contractor, may terminate this Agreement and the
City shall be fully discharged from any and all liabilities, duties and terms arising out
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 alllegallequitable actions that it deems to be in its best interest in order
to enforce the City's right and remedies against the defaulting party. The City shall be
entitled to recover all costs of such actions, including reasonable attorneys' fees. To
the extent allowed by law, the defaulting party waives its right to jury trial and its right
5
to bring permissive counter claims against the City in any such action.
4.6.2 Termination for Convenienee of City
NOTWITHSTANDING SECTION 4.6.1, THE CITY MAY ALSO, FOR ITS
CONVENIENCE AND WITHOUT CAUSE, TERMINATE AT ANY TIME DURING THE
TERM HEREOF BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH
TERMINATION, WHICH SHALL BECOME EFFECTIVE THIRTY (30) DAYS
FOLLOWING RECEIPT BY THE CONTRACTOR OF THE WRITTEN TERMINATION
NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND
OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN REQUEST FOR
PROPOSALS NO. 37-04/05, TOGETHER WITH ALL AMENDMENTS THERETO,
AND CONTRACTOR'S PROPOSAL RESPONSE, ATTACHED HERETO, SHALL BE
PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONTRACTOR'S
SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY
AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHALL BE PAID FOR ANY
SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BYTHE CITY AT
ITS DISCRETION, UP TO THE DATE OF TERMINATION. PROVIDED, HOWEVER,
THAT AS A CONDITION PRECEDENT TO SUCH PAYMENT, CONTRACTOR
SHALL DELIVER ANY AND ALL DOCUMENTS, MATERIALS, ETC, TO CITY, AS
REQUIRED HEREIN.
4.6.3 Termination for Insolveney
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 Sanetions for Noneomplianee with Nondiserimination 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 Proeure Insuranee
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:
A 1 A Employment of Miami
Attn: Garrie J. Harris, c.o.a.
3050 Biscayne Boulevard
Miami, Florida, 33137
(305) 573-0333
TO CITY:
City of Miami Beach
Attn: Mayra Buttacavoli
Director, Human Resources and Risk Management
1700 Convention Center Drive
Miami Beach, Florida 33139
(305) 673-7520
Notices hereunder shall be effective:
If delivered personally, on delivery; if mailed to an address in the city of dispatch,
on the day following the date mailed; and if mailed to an address outside the city of
dispatch on the seventh day following the date mailed.
4.16 LITIGATION JURISDICTIONNENUE
This Agreement shall be enforceable in Miami-Dade County, Florida, and if
legal action is necessary by either party with respect to the enforcement of any or all of
the terms or conditions herein, exclusive venue for the enforcement of same shall lie in
Miami-Dade County, Florida.
BY ENTERING INTO THIS AGREEMENT, THE CONTRACTOR AND CITY
EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY
JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS
AGREEMENT.
4.17 ENTIRETY OF AGREEMENT
This Agreement and all exhibits hereto including without limitation,
Request for Proposals (RFP) No. 37-04/05, together with all amendments thereto, and
Contractor's response to the RFP (the Proposal Documents), shall embody the entire
Agreement and understanding between the parties hereto, and there are no other
agreements and understandings, oral or written with reference to the subject matter
hereof that are not merged herein and superceded hereby. Request for Proposals No.
37-04/05, together with all amendments thereto, and Contractor's Proposal in
response are hereby incorporated by reference into this Agreement, as Exhibit "A"
hereto; provided, however, that in the event of an express conflict between the
Proposal Documents and this Agreement, the Agreement shall prevail.
10
4.18 LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place
a limit on the City's liability for any cause of action for money damages due to an
alleged breach by the City of this Agreement, so that its liability for any such breach
never exceeds the sum of $1,000. Contractor hereby expresses its willingness to enter
into this Agreement with Contractor recovery from the City for any damage action for
breach of contract to be limited to a maximum amount of $1 ,000.
Accordingly, and notwithstanding any other term or condition of this Agreement,
Contractor hereby agrees that the City shall not be liable to the Contractor for damages
in an amount in excess of $1 ,000 for any action or claim for breach of contract arising
out of the performance or non-performance of any obligations imposed upon the City
by this Agreement. Nothing contained in this paragraph or elsewhere in this
Agreement is in any way intended to be a waiver of the limitation placed upon the
City's liability as set forth in Section 768.28, Florida Statutes.
4.19 COMPLIANCE WITH APPLICABLE LAWS
The Contractor, its subcontractors, agents and employees, including with out
limitation, any and all temporary personnel assigned to the City pursuant to this
Agreement, shall comply with all applicable Federal, State, Miami-Dade County and
City Laws, and with all applicable rules and regulations promulgated by local, state and
national boards, bureau and agencies as they relate to the Agreement and lor the
provision of services hereto.
11
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed by their appropriate officials, as of the date first entered above.
FOR CITY:
CITY OF MIAMI BEACH, FLORIDA
ATTEST:
By:
~cf P~LkA
City Clerk
Robert parc~~,b
Date I
r
David ;J;tb
Date /
FOR CONTRACTOR:
A1A EMPLOYMENT OF MIAMI
ATTEST:
1'---/7 - () '"
Date
~~.
IC.O.O.
(7~6- :T~i
-'
Prmt Name
w~...t.f/~ hv6
Date
By: g~ ~
Seeretary
JJeA/5tf' ~~
Print Name
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 CUTlON
12
City Attome~
~
Date
":~-:l-..l" \l \ \:~ ,'r"'
I
\...\: " .,
\ ,.-."."
Miami Beaeh
*****
.......CIIJ
'1111.'
CITY OF MIAMI BEACH
lQ
-
REQUEST FOR PROPOSALS (RFP) NO. 37-04/05
FOR
TEMPORARY PERSONNEL SERVICES
CITY OF MIAMI BEACH
PROCUREMENT DIVISION
1700 CONVENTION CENTER DRIVE, THIRD FLOOR
MIAMI BEACH, FL 33139
www.mlamlbeachfl.gov
P.melaLeja@mlamlbeachfJ.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"), Procurement
Division, Third Floor, 1700 Convention Center Drive, Miami Beach, Florida, 33139, on
August 31, 2005 until 3:00 p.m. for:
TEMPORARY PERSONNEL SERVICES
At time, date, and 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 Beach is seeking to enter into contracts for Temporary Personnel
Services, on an "as needed basis", as specified in this RFP, from qualified Temporary
Personnel Agencies. Temporary personnel are needed to cover for regular City
employees who are on vacation or leave of absence; to temporarily fill vacancies until
they are permanently filled; and to work on special projects.
A PRE-RFP SUBMISSION MEETING IS SCHEDULED FOR AUGUST 16 AT 10:30
A.M. IN THE CITY MANAGER'S LARGE CONFERENCE ROOM, LOCATED AT CITY
HALL, 1700 CONVENTION CENTER DRIVE, 4TH FLOOR, MIAMI BEACH, FLORIDA.
Attendanee at the aforementioned pre-RFP submission meeting is NOT mandatory, but
strongly eneouraged as a source of important information.
The City has contraeted with BidNet as our eleetronie procurement service for
automatic notifieation of bid opportunities and document fulfillment. We encourage you
to participate in this bid notification system.
To find out how you ean reeeive automatic bid notifications or to obtain a eopy of
this RFP, go to www.aovbids.com/seriDts/southflorida/Dublic/home1.asD or call
toll-free 1-800-677-1997 ext. 214.
Any questions or elarifications concerning this RFP shall be submitted in writing by mail
or facsimile to the Procurement Division, Attention: Pamela Leja, 1700 Convention
Center Drive, Miami Beach, FL 33139, or FAX: (305) 673-7851, or e-mail:
RFP NO. 37-04/05
DATE: 8/3/05
2
CITY OF MIAMI BEACH
PamelaLeia@miamibeachfI.Qov. All responses to questions/clarifications will be sent to
all prospective proposers in the form of an addendum.
The City of Miami Beach reserves the right to accept any proposal or bid deemed to be
in the best interest of the City of Miami Beach, or waive any informality in any proposal
or bid. The City of Miami Beach may reject any and all proposals or bids.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS
SUBJECT TO THE "CONE OF SILENCE, " IN ACCORDANCE WITH ORDINANCE
NO. 2002-3378. A COPY OF ALL WRITTEN COMMUNICA TION(S) REGARDING
THIS PROPOSAL MUST BE FILED WITH THE CITY CLERK.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS
SUBJECT TO THE "CODE OF BUSINESS ETHICS" IN ACCORDANCE WITH
RESOLUTION NO. 2000-23879.
YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS
SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-
3234.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS
SUBJECT TO THE LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES
WHO PROVIDE SERVICES COVERED BY THE RFP, SHALL BE PAID A LIVING
WAGE OF NO LESS THAN $8.56 AN HOUR WITH HEALTH BENEFITS, OR A
LIVING WAGE OF NO LESS THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS
SUBJECT 10 THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344:.
YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS
SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO.
2003-3389.
LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRED TO REGISTER
AS A LOBBYIST, AND AS OF MAY 18,2002, ACCORDING TO ORDINANCE NO.
2002-3363, ALL LOBBYISTS AND PRINCIPALS MUST FILE A FINANCIAL
DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE.
Detailed representation of all these ordinances can be found on the City of Miami Beach
Website at http://www.miamibeachfl.gov/neweity/depts/purchase/bidintro.asp.
CITY OF MIAMI BEACH
~....,,:' '
Gus Lopez, CPPO, CPPB
Proeurement Director
RFP NO. 37-04/05
DATE: 8/3/05
3
CITY OF MIAMI BEACH
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
www.miamibeachfl.gov
PROCUREMENT DIVISION
-
Telephone (305) 673-7490
Facsimile (305) 673-7851
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 product/service.
_We cannot meet the specifications nor provide an alternate equal product.
_Our company is simply not interested in bidding at this time.
_Due to prior commitments, I was unable to attend pre-proposal meeting.
_ OTHER (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a proposal 2! this completed form, may
result in your company being removed from the City's bid list
RFP NO. 37-04/05
DA TE: 8/3/05
4
CITY OF MIAMI BEACH
TABLE OF CONTENTS
SECTION Paae(s)
I. OVERVIEW AND PROPOSAL PROCEDURES 6-11
II. SCOPE OF SERVICES 12-14
III. PROPOSAL FORMAT 15
IV. EV ALUA TION CRITERIA 16-17
V. GENERAL PROVISIONS 18-19
VI. SPECIAL TERMS AND CONDITIONS - INSURANCE 20
VII. PROPOSAL DOCUMENTS TO BE COMPLETED AND
RETURNED TO THE CITY 21-29
VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS 30-32
RFP NO. 37-04/05
DATE: 813/05
5
CITY OF MIAMI BEACH
SECTION I . OVERVIEW AND PROPOSAL PROCEDURES:
A. INTRODUCTION/BACKGROUND
The City of Miami Beach is seeking to enter into contraets 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 antieipated 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 Acceptance of City Manager's October 2005
Reeommendation, and Authorization to Enter
Into Negotiations, and Contract Awards
C. PROPOSAL SUBMISSION
An original and ten (10) copies of complete proposal must be received by August
31, 2005 by 3:00 p.m. and will be opened on that day at that time. The original
and all eopies must be submitted to the Procurement Division in a sealed
envelope or eontainer stating on the outside the Proposer's name, address,
telephone number, RFP number and title, and proposal due date.
The responsibility for submitting a response to this RFP to the Proeurement
Division on or before the stated time and date will be solely and strietly that of the
Proposer. The City will in no way be responsible for delays caused by the U.S.
Post Office or eaused by any other entity or by any oecurrence. 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 conferenee 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 Beaeh, 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 consultant and the Procurement Division
is limited to matters of process or procedure. Requests for additional
information or clarifications must be made in writing to the Proeurement
Coordinator, with a copy to the City Clerk, no later than the date specified in the
RFP timetable.
The City will issue replies to inquiries and any other eorrections 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 Proeurement Division prior to
submitting a proposal that all addenda have been received.
F. MODIFICATIONIWITHDRAWALS OF PROPOSALS
A Proposer may submit a modified proposal to replace all or any portion of a
previously submitted proposal up until the proposal due date and time.
Modifications received after the proposal due date and time will not be
considered.
Proposals shall be irrevocable until eontract award unless withdrawn in writing
prior to the proposal due date or after expiration of 120 calendar days from the
opening of Proposals without a contraet award. Letters of withdrawal received
after the proposal due date and before said expiration date and letters of
withdrawal received after contract award will not be 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 eaneel, at any time,
this RFP process; or waive any irregularities in this RFP, or in any Proposals
received as a result of this RFP.
RFP NO. 37-04/05
DATE: 8/3/05
7
CITY OF MIAMI BEACH
H. COSTS INCURRED BY PROPOSERS
All expenses involved with the preparation and submission of Proposals to the
City, . or any work performed in connection therewith, shall be the sole.
responsibility of the Proposer(s) and shall not be reimbursed by the City.
I. EXCEPTIONS TO RFP
Proposers must clearly indieate any exeeptions 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 exeeptions. In cases in
which exceptions are rejeeted, the City may require the Proposer to furnish the
services or goods originally deseribed, or negotiate an alternative acceptable to
the City.
J. SUNSHINE LAW
Proposers are hereby notified that all information submitted as part of a response
to this RFP will be available for public inspeetion after opening of Proposals, in
compliance with Chapter 286, Florida Statutes, known as the "Government in the
Sunshine Law".
K. NEGOTIATIONS
The City may award a contract on the basis of initial offers received, without
discussion, or may require Proposers to give oral presentations based on their
Proposals. The City reserves the right to enter into negotiations with the top-
ranked Proposer, and if the City and the top-ranked Proposer cannot negotiate a
mutually acceptable eontraet, the City may terminate the negotiations and begin
negotiations with the second-ranked Proposer. This process may continue until
a contract has been executed or all Proposals have been rejected. No Proposer
shall have any rights in the subjeet project or property or against the City arising
from sueh negotiations.
L. PROTEST PROCEDURE
Proposers that are not seleeted may protest any recommendation for selection of
award in accordance with City of Miami Beaeh Ordinance No. 2002-3344 whieh
establishes procedures for resulting protested RFP's selection for awards.
Protest not timely pursuant to the requirements of Ordinance No. 2002-
3344 shall be barred.
RFP NO. 37-04/05
DATE: 8/3/05
8
CITY OF MIAMI BEACH
M. RULES; REGULATIONS; LICENSING REQUIREMENTS
Proposers are expected to be familiar with, and comply with, all Federal, State
and local laws, ordinanees, codes, and regulations that may in any way affect 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 eompliance.
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 sueh 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, sueh 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,
direetor, agent, or immediate family member (spouse, parent, sibling, and child)
who is also an employee of the City of Miami Beaeh. Further, all Proposers must
diselose the name of any City employee who owns, either direetly or indireetly, 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 expeeted to be or become familiar with all City of Miami Beaeh
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 prescribed herein, in addition to disqualification of their
Proposals, in the event of sueh 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 suecessful 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. RELATION 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 (PEe)
A person or affiliate who has been plaeed on the convicted vendor list following a
eonviction for publie entity crimes may not submit a .bid on a contract to provide
any goods or serviees to a public entity, may not submit a bid on a eontraet 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 contractor, supplier, sub-contractor, 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 See. 287.017, for
CATEGORY TWO for a period of 36 months from the date of being plaeed on the
convicted vendor list.
T. CONE OF SILENCE
Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are
hereby advised that the Cone of Silence requirenf~nts listed herein shall apply.
U. DEBARMENT ORDINANCE
Proposers are hereby advised that this RFP is further subject to City of Miami
Beach Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are
strongly advised to review the City's Debarment Ordinance. Debarment may
eonstitute grounds for termination of the contract, 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 committee of a eandidate, for the
offices of mayor or commissioner. No candidate, or campaign committee 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
DATE: 8/3/05
10
CITY OF MIAMI BEACH
member of the person's immediate family, or through a political action committee,
or through any other person on behalf of the person. This prohibition applies to
natural persons and to persons who hold a controlling financial interest in
business entities.
W. CODE OF BUSINESS ETHICS
Pursuant to Resolution NO.2000-23879 each person or entity that seeks to do
business with the City shall adopt a Code of Business Ethics ("Code") and submit
that Code to the Procurement Division with your 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 advance when possible), or information on
access for persons with disabilities. For more information on ADA eompliance
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 diseharge of his official duties.
RFP NO. 37-04/05
DATE: 8/3/05
11
CITY OF MIAMI BEACH
SECTION II - SCOPE OF SERVICES
A. GENERAL
The City of Miami Beach is seeking to enter into contracts for Temporary Personnel
Services, on an "as needed basis", as specified in this RFP, from qualified Temporary
Personnel 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 contraets shall commence after the approval of the Mayor and City Commission
and shall remain in effect for a period of two (2) years. Providing that the suceessful
Ageneies will agree to maintain the same terms and conditions of the eontraet, the
contracts may be extended for an additional two, one-year periods at the _ City's sole
discretion.
C. LIVING WAGE
Pursuant to Section 2-408 of the Miami Beach City Code, all employees, who provide
services covered by this RFP, shall be paid a living wage of no less than $8.56 an hour
plus at least $1.25 an hour towards health benefits for a total value of $9.81 an hour, or
a living wage of no less than $9.81 an hour without health benefits.
D. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT
The successful Agencies' hourly rates offered in their proposal submission shall remain
fixed and firm during the term of their contracts, subject to negotiation based on
Consumer Price Index - Urban Areas (CPI-U) or Living Wage Ordinanee rate inerease.
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. Purchase Order number issued by the City's Procurement Division
2. Loeation of temporary services performed
3. Full name of individual performing the service
4. Job classification
5. Number of hours worked, by date
The invoiees are subject to verification, approval, and processing by the department
requesting the temporary personnel.
RFP NO. 37-04/05
DATE: 8/3/05
12
CITY OF MIAMI BEACH
F. WEAR OF UNIFORM
When temporary personnel are assigned to working events with the general publie, 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, ineluding employee's hourly rate,
which will be in accordance with the City's Living Wage Ordinance.
I. PERSONNEL INTERVIEW AND SELECTION
The City's representative(s) and successful Agencies shall mutually agree on the job
description, minimum qualifications, duties and responsibilities for each position as
needed. The City has the option to request more than one person at a time for any
specific assignment to interview and select the best candidate for that specifie
assignment, at no cost to the City.
J. MIAMI BEACH ONE STOP CAREER CENTER
All temporary personnel services firms that are being recommended for award have
agreed to work with the One-Stop Career Center to 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 Agencies 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 considered 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 competent and physieally capable 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. Each 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 ineludes job preferences, experience, goals, interests,
attitudes, motivation and other work-related attributes.
2. Job-related tests to include typing and communieation skills.
3. Background checks to inelude drug testing, eriminal checks, 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 Service Excellence program.
O. AUDIT
The City reserves the right to perform audit investigations of the Agencies' payroll and
related records of employees assigned to the City to ascertain that such employees'
records indicate payment reeeived for the speeific hours worked for the City pursuant to
the Living Wage requirements.
P. TEMPORARY POSITIONS
The required listing of temporary positions and their associated job descriptions is
included in this RFP and labeled "Temporary Personnel Services Position Deseriptions."
RFP NO. 37-04/05
DATE: 8/3/05
14
CITY OF MIAMI BEACH
SECTION III . PROPOSAL FORMAT
The items marked by an asterisk (*) are required as part of the Proposal. If these items
are omitted, Proposer must submit within five (5) calendar days upon request from the
City, or the Proposal shall be deemed non-responsive. All other items must be
submitted with the Proposal or it will be deemed non-responsive.
1. *T able of Contents
Outline in sequential order the major areas of the proposal, including enclosures.
All pages must be consecutively numbered and correspond to the table of
contents.
2. *ProDosal Points to Address:
Proposer must respond to all minimum requirements listed below. Proposals
which do not contain such documentation may be deemed non-responsive.
. *Introduction letter designating areas of proposed services and sufficient
information as to the qualifications of the proposer.
. Respondents shall submit documents that provide evidence of capability to
provide the services required as part of their submittal package.
. *Respondents shall indicate how many years of experience their firm has in
providing temporary personnel services.
. Respondents must provide documentation which demonstrates their ability to
satisfy all of the RFP requirements.
. Respondents shall include their procedures for screening, interviewing,
testing and training employees that will be placed with the City.
. *Client references. List at least eight client references (name, title, company,
address, telephone, e-mail address and fax) our Procurement Division may
communicate with regarding your services. In addition, information for each
reference shall include the description of temporary services provided; and
estimated contract amount and volume of hours provided.
3. Fee Proposal: Submit the proposed fee structure, broken out by position
description, relative to the Temporary Personnel Services Position Descriptions
listed in Section VIII of this RFP. Proposers are not required to submit pricing for
all positions~ob descriptions.
4. Acknowledgment of Addenda (IF REQUIRED BY ADDENDUM) and Proposer
Information forms;
5. *Any other documents required by this RFP.
15
CITY OF MIAMI BEACH
RFP NO. 37-04/05
DATE: 813/05
SECTION IV - EVALUATION CRITERIA
The procedure for proposal evaluation and selection is as follows:
1. Request for Proposals issued.
2. Receipt of proposals.
3. Opening and listing of all proposals received.
4. An Evaluation Committee, appointed by the City Manager, shall meet to
evaluate each proposal in accordance with the requirements of this RFP.
If further information is desired, proposers may be requested to make
additional written submissions or oral presentations to the Evaluation
Committee.
5. The Evaluation Committee shall recommend to the City Manager the
proposal or proposals acceptance of which the Evaluation Committee
deems to be in the best interest of the City.
An Evaluation Committee appointed by the City Manager, will recommend the most
qualified Agencies based on the following criteria:
Evaluation Criteria/Factors
Weiaht
Experience and qualifications of the Agency...... .................. ... ... ...... ...... .30 points
Screening, interviewing, testing and training program... ... ... ... ... '" ... ... ... ... .20 points
Proven performance of providing qualified and productive employees... ... ... .30 points
Billi ng rates...... ... ... . .. . .. .. . ... ...... . .. ... ... .. . .. . .. . . .. ... .. . ...... . .. . .. ... ... ... .. . . . .. .20 points
100 points
6. After considering the recommendation(s) of the Evaluation Committee, the
City Manager shall recommend to the City Commission the proposal or
proposals acceptance of which the City Manager deems to be in the best
interest of the City.
7. The City Commission shall consider the City Manager's
recommendation(s) in light of the recommendation(s) and evaluation of
the Evaluation Committee and, if appropriate, approve the City Manager's
recommendation(s). The City Commission may reject City Manager's
recommendation(s) and select another proposal or proposals. In any
case, City Commission shall select the proposal or proposals, acceptance
of which the City Commission deems to be in the best interest of the City.
The City Commission may also reject all proposals.
RFP NO. 37-04/05
DATE: 813/05
16
CITY OF MIAMI BEACH
8. Negotiations between the selected proposers and the City Manager take
place to arrive at a contract or contracts. If the City Commission has so
directed, the City Manager may proceed to negotiate a contract or
contracts with a proposer or proposers other than the top-ranked proposer
or proposers, if the negotiations with the top-ranked proposer or proposers
fail to produce a mutually acceptable contract or contracts, within a
reasonable period of time.
9. A proposed contract or contracts are presented to the City Commission for
approval, modification and approval, or rejection.
10. If and when a contract or contracts acceptable to the respective parties is
approved by the City Commission, the Mayor and City Clerk sign the
contract(s) after the selected proposer(s) has, or have, done so.
ImDortant Note:
By submitting a proposal, all proposers shall be deemed to understand and agree
that no property interest or legal right of any kind shall be created at any point during
the aforesaid evaluation/selection process until and unless a contract has been
agreed to and signed by both parties.
RFP NO. 37-04/05
DATE: 8/3/05
17
CITY OF MIAMI BEACH
SECTION V - GENERAL PROVISIONS
A. ASSIGNMENT
The successful proposer shall not enter into any sub-contract, retain consultants,
or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any
or all of its right, title, or interest therein, or its power to execute such contract to
any person, firm, or corporation without prior written consent of the City. Any
unauthorized assignment shall constitute default by the successful proposer.
B. INDEMNIFICATION
The successful proposer shall be required to agree to indemnify and hold
harmless the City of Miami Beach and its officers, employees, and agents, from
and against any and all actions, claims, liabilities, losses and expenses, including
but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful
death, loss of or damage to property, in law or in equity, which may arise or be
alleged to have arisen from the negligent acts or omissions or other wrongful
conduct of the successful proposer, its employees, or agents in connection with
the performance of service pursuant to the resultant Contract; the successful
proposer shall pay all such claims and losses and shall pay all such costs and
judgments which may issue from any lawsuit arising from such claims and
losses, and shall pay all costs expended by the City in the defense of such
claims and losses, including appeals.
c. TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful proposer, it
shall fail to fulfill in a timely manner, or otherwise violate any of the covenants,
agreements, or stipulations material to the Agreement, the City shall thereupon
have the right to terminate the services then remaining to be performed by giving
written notice to the successful proposer of such termination which shall become
effective upon receipt by the successful proposer of the written termination
notice.
In that event, the City shall compensate the successful proposer in accordance
with the Agreement for all services performed by the proposer prior to
termination, net of any costs incurred by the City as a consequence of the
default.
Notwithstanding the above, the successful proposer shall not be relieved of
liability to the City for damages sustained by the City by virtue of any breach of
the Agreement by the proposer, and the City may reasonably withhold payments
to the successful proposer for the purposes of set off until such time as the exact
amount of damages due the City from the successful proposer is determined.
18
RFP NO. 37-04/05 CITY OF MIAMI BEACH
DA TE: 813/05
D. TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be
performed at any time without cause by giving written notice to successful
proposer of such termination, which shall become effective thirty (30) days
following receipt by proposer of such notice. In that event, all finished or
unfinished documents and other materials shall be properly delivered to the City.
If the Agreement is terminated by the City as provided in this section, the City
shall compensate the successful proposer in accordance with the Agreement for
all services actually performed by the successful proposer and reasonable direct
costs of successful proposer for assembling and delivering to City all documents.
No compensation shall be due to the successful proposer for any profits that the
successful proposer expected to earn on the balanced of the Agreement. Such
payments shall be the total extent of the City's liability to the successful proposer
upon a termination as provided for in this section.
RFP NO. 37-04/05
DATE: 813/05
19
CITY OF MIAMI BEACH
SECTION VI- SPECIAL TERMS AND CONDITIONS
INSURANCE: Successful Proposer shall obtain, provide and maintain during the
term of the Agreement the following types and amounts of insurance which shall be
maintained with insurers licensed to sell insurance in the State of Florida and have a B+
VI or higher rating in the latest edition of AM Best's Insurance Guide. Any exceptions to
these requirements must be approved by the City's Risk Management Department:
Commercial General Liability. A policy including, but not limited to,
comprehensive general liability including bodily injury, personal injury, property damage
in the amount of a combined single limit of not less than $1,000,000. Coverage shall be
provided on an occurrence basis. The City of Miami Beach must be named as
certificate holder and additional insured on policy.
Worker's Compensation. A policy of Worker's Compensation and Employers
Liability Insurance in accordance with State worker's compensation laws as required per
Florida Statutes.
Said policies of insurance shall be primary to and contributing with any other insurance
maintained by Selected Proposer or City, and shall name the City and the officers,
agents and employees of said organizations as additional insured while acting within the
scope of their duties but only as to work performed by the Selected Proposer under this
Agreement. This policy cannot be canceled without thirty (30) days prior written notice
to the City.
The Selected Proposer shall file and maintain certificates of all insurance policies with
the City's Risk Management Department showing said policies to be in full force and
effect at all times during the course of the Agreement. No work shall be done by the
Architect during any period when it is not covered by insurance as herein required.
Such insurance shall be obtained from brokers of carriers authorized to transact
insurance business in Florida and satisfactory to City.
Evidence of such insurance shall be submitted to and approved by City prior to
commencement of any work or tenancy under the proposed Agreement.
If any of the required insurance coverages contain aggregate limits, or apply to other
operations or tenancy of selected Proposer outside the proposed Agreement, selected
Proposer shall give City prompt written notice of any incident, occurrence, claim
settlement or judgment against such insurance which may diminish the protection such
insurance affords the City. Selected Proposer shall further take immediate steps to
restore such aggregate limits or shall provide other insurance protection for such
aggregate limits.
FAILURE TO PROCURE INSURANCE: Selected Proposer's failure to procure or
maintain required insurance program shall constitute a material breach of Agreement
under which City may immediately terminate the proposed Agreement.
RFP NO. 37-04/05
DATE: 813/05
20
CITY OF MIAMI BEACH
SECTION VII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED
TO THE CITY
1. Proposer Information
2. Acknowledgment of Addenda
3. Fee Proposal Form - Proposer shall submit their own Pricing Proposal
form, pursuant to the "Personnel Services Position Descriptions" herein.
Proposers are not required to submit pricing for all positions/job
classifications.
4. Declaration
5. Questionnaire
RFP NO. 37.04/05
DATE: 8/3/05
21
CITY OF MIAMI BEACH
PROPOSER INFORMATION
Submitted by:
Proposer (Entity):
Signature:
Name (Typed):
Address:
City/State:
Telephone:
Fax:
It is understood and agreed by Proposer that the City reserves the right to reject
any and all Proposals, to make awards on all items or any ~tems according to the
best interest of the City, and to waive any irregularities in the RFP or in the
Proposals received as a result of the RFP. It is also understood and agreed by
the Proposer that by submitting a proposal, Proposer shall be deemed to
understand and agree than no property interest or legal right of any kind shall be
created at any point during the aforesaid evaluation/selection process until and
unless a contract has been agreed to and signed by both parties.
(Authorized Signature)
(Date)
(Printed Name)
RFP NO. 37-04/05
DATE: 813/05
22
CITY OF MIAMI BEACH
ACKNOWLEDGMENT OF ADDENDA
REQUEST FOR PROPOSALS NO. 37-04105
Directions: Complete Part I or Part II, whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in connection
with this RFP:
Addendum No.1, Dated
Addendum No.2, Dated
Addendum No.3, Dated
Addendum No.4, Dated
Addendum No.5, Dated
Part II:
No addendum was received in connection with this RFP.
Verified with Procurement staff
Name of Staff Member
Date
Proposer - Name
Date
Signature
RFP NO. 37-04/05
DATE: 813/05
23
CITY OF MIAMI BEACH
DECLARATION
TO: Jorge M. Gonzalez
City Manager
City of Miami Beach, Florida
Submitted this
day of
,2005.
The undersigned, as Proposer, declares that the only persons interested in this
proposal are named herein; that no other person has any interest in this proposal or in
the contract to which this proposal pertains; that this proposal is made without
connection or arrangement with any other person; and that this proposal is in every
respect fair and made in good faith, without collusion or fraud.
The Proposer agrees if this proposal is accepted, to execute an appropriate City of
Miami Beach document for the purpose of establishing a formal contractual relationship
between the Proposer and the City of Miami Beach, Florida, for the performance of all
requirements to which the proposal pertains.
The Proposer states that this proposal is based upon the documents identified by the
following number: RFP No. 37-04/05
SIGNA TURE
PRINTED NAME
TITLE (IF CORPORATION)
RFP NO. 37-04/05
DA TE: 8/3/05
24
CITY OF MIAMI BEACH
QUESTIONNAIRE
Proposer's Name:
Principal Office Address:
Official Representative:
Individual
Partnership (Circle One)
Corporation
If a Corporation. answer this:
When Incorporated:
In what State:
If a Foreian Corporation:
Date of Registration with
Florida Secretary of State:
Name of Resident Agent:
Address of Resident Agent:
President's Name:
Vice-President's Name:
Treasurer's Name:
RFP NO. 37-04/05
DATE: 8/3/05
25
CITY OF MIAMI BEACH
Members of Board of
Directors:
If a Partnership:
Date of organization:
General or Limited Partners:
Name and Address of Each Partner:
NAME
ADDRESS
* Designate general partners in a Limited Partnership
I. Number of years of relevant experience in operating similar
business:
2. Have any similar agreements held by Proposer ever been canceled?
Yes ( ) No ( )
If yes, give details on a separate sheet.
RFP NO. 37-04/05
DATE: 8/3/05
26
CITY OF MIAMI BEACH
Questionnaire (continued)
3. Has the Proposer or any principals of the applicant organization failed to
qualify as a responsible Bidder, refused to enter into a contract after an
award has been made, failed to complete a contract during the past five (5)
years, or been declared to be in default in any contract in the last 5 years?
If yes, please explain:
4. Has the Proposer or any of its principals ever been declared bankrupt or
reorganized under Chapter 11 or put into receivership? Yes ( ) No ( )
If yes, give date, court jurisdiction, action taken, and any other explanation
deemed necessary on a separate sheet.
5. Person or persons interested in this bid and Qualification Form have ( )
have not ( ) been convicted by a Federal, State, County, or Municipal Court
of any violation of law, other than traffic violations~ To include stockholders
over ten percent (10%). (Strike out inappropriate words)
Explain any convictions:
6. Lawsuits (any) pending or completed involving the corporation, partnership
or individuals with more than ten percent (10%) interest:
A. List all pending lawsuits:
RFP NO. 37-04/05
DATE: 813/05
27
CITY OF MIAMI BEACH
Questionnaire (continued)
B. List all judgments from lawsuits in the last five (5) years:
C. List any criminal violations and/or convictions of the Proposer
and/or any of its principals:
7. Conflicts of Interest. The following relationships are the only potential,
actual, or perceived conflicts of interest in connection with this proposal:
(If none, state same.)
8. Public Disclosure. In order to determine whether the members of the
Evaluation Committee for this Request for P.roposals have any association
or relationships which would. constitute a conflict of interest, either actual
or perceived, with any Proposer and/or individuals and entities comprising
or representing such Proposer, and in an attempt to ensure full and
complete disclosure regarding this contract, all Proposers are required to
disclose all persons and entities who may be involved with this Proposal.
This list shall include public relation firms, lawyers and lobbyists. The
Procurement Division shall be notified in writing if any person or entity is
added to this list after receipt of Proposals. (Use additional sheet if needed)
RFP NO. 37-04/05
DATE: 8/3/05
28
CITY OF MIAMI BEACH
Questionnaire (continued)
The Proposer understands that information contained in this Questionnaire will
be relied upon by the City in awarding the proposed Agreement and such
information is warranted by the Proposer to be true. The undersigned Proposer
agrees to furnish such additional information, prior to acceptance of any
proposal relating to the qualifications of the Proposer, as may be required by the
City Manager. The Proposer further understands that the information contained
in this questionnaire may be confirmed through a background investigation
conducted by the Miami Beach Police Department. By submitting this
questionnaire the Proposer agrees to cooperate with this investigation, including
but not necessarily limited to fingerprinting and providing information for credit
check.
WITNESS:
IF INDIVIDUAL:
Signature
Signature
Print Name
Print Name
WITNESS:
IF PARTNERSHIP:
Signature
Print Name of Firm
Print Name
Address
By:
General Partner
Print Name
WITNESS:
IF CORPORATION:
Print Name of Corporation
Signature
Print Name
Address
By:
President
(CORPORATE SEAL)
Attest:
Secretary
RFP NO. 37-04/05
DATE: 8/3/05
29
CITY OF MIAMI BEACH
VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS
Item TEMPORARY PERSONNEL SERVICES
1. Secretary I
Two years experience in secretarial and clerical work. Experience in meeting public and
ability to deal with customers using tact, poise, patience and courtesy. Knowledge and
experience in using MS Word, Excel, other MS office application programs. Must have ability
to work in a multi-ethniclmulti-cultural environment. Minimum 40 wpm.
2. Secretary II/Administrative Assistant
Three years advanced experience in secretarial and cler~cal work including transcription,
dictation and executive level experience. Experience in meeting public and ability to deal with
customers using tact, poise, patience and courtesy. Knowledge and experience in using MS
Word, Excel, other MS office application programs. Must have ability to work in a multi-
ethnic/multi-cultural environment. Minimum 40 wpm.
3. Clerk Tvoist
Responsible and varied clerical work involving moderately complex work methods and
procedures. Requires proficiency in the use of the word processor and/or typewriter. Must
type 40 correct words per minute based on dept. needs.
4. Clerk I
Must possess basic typing and computer experience and good people skills. Dependability
and self motivation, work flexible schedule, including weekends and evenings. Must have
ability to work in a multi-ethnic/multi-cultural environment.
5. Clerk II
One year experience in general clerical work, possess computer software experience and
good people skills. Dependability and self motivation, work flexible schedule, including
weekends and evenings. Must have ability to work in a multi-ethniclmulti-cultural
environment.
RFP NO. 37-04/05
DATE: 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. Bookkeeoer I Accountino Clerk II
Three years experience in accounting, supplemented by course work in accounting or
bookkeeping; or any equivalent combination of experience and training. Must have ability to
work in a multi-ethniclmulti-cultural environment.
8. Customer Service Reos I Comolaint Ooerator
Responsible telecommunications work in the Safety communications Unit. Retrieving,
evaluation, processing, modifying, and inputting information within various computerized and
manual information systems. Type 30 correct wpm, effective communication skills, may
include weekends, holidays, shift work. Must have ability to work in a multi-ethnic/multi-
cultural environment.
9. Customer Service Reos I Communications Ooerator
Entry level responsible telecommunications work in the Safety Communications Bureau.
Receiving, screening and relaying information for emergency and other calls utilizing a multi-
line telephone and a computer aided dispatch system or other means. Effective
communication skills, may include weekends, holidays, shift work. Must speak fluent English
and one other language, have ability to work in a multi-ethniclmulti-cultural environment.
10. Personnel Technician I
Complex clerical and technical work of a specialist nature. Interpretation of department
operations, policies, procedures, dissemination of information, maintains records and reports,
computes and compiles data; updates. Types forms, answers correspondence, prepares
notices and minutes of meetings. Knowledge of HR preferred.
11. Caroenter
Knowledge and skills in carpentry work at the entry level in the construction and finish work
including materials, methods and techniques. Maintenance and repair of city facilities.
12. Electrician
Master Electrician's certification, prior experience with drawings and reading blueprints,
design an installation of electrical systems. Skilled work at the entry level as an electrician in
the construction, maintenance and repair of city facilities.
RFP NO. 37-04/05
DATE: 813/05
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: 813/05
32
CITY OF MIAMI BEACH
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
www.mlamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
August 24,2005
ADDENDUM NO.1
Request for Proposals (RFP) #37-04/05
FOR
TEMPORARY PERSONNEL SERVICES
The following additional information as a result of inquiries from individuals is
hereby forwarded:
1) The due date for the submission of Proposals has been extended to Tuesdav.
SeDtember 6. 2005 at 3:00 Dm Eastern Time.
2) A breakdown of the hourly rates that were submitted under City of Miami Beach
Invitation to Bid No. 55-00/01 In September 2001 Is attached. Not all of these agencies
are currently providing services to the City.
3) Questions and Answers:
Question #1: Will the City provide a breakdown of expenditures to temporary agencies for the
past year? Can this be broken out by office work vs. outdoorltradesman/manual
labor?
Answer #1: In round numbers, the City paid approximately the following dollar values to
temporary personnel agencies:
FY2005
FY2004
FY2003
$1.1 million
$1.3 million
$1.2 million
There exists no specific breakdown of the number of temporary employees that
the City utilized or currently utilizes, that can be provided in a report format. It is
estimated that at about 50% of the City's expenditures to temporary personnel
agencies have been for office work; and about 50% have been for
outdoorltradesmanlmanuallabor 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, anCl 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 intemational criminal check.
It is also mandatory to screen to see whether the person is a registered sexual
predator.
Question #3: VVhat is the City looking for in a background check?
Answer #3: We are looking for any crimes that the person may have committed. We look at
the disposition and look for a disposition of "guilty". If the disposition is
adjudication withheld, or if the person pled nolo contendere, then we will consider
the nature of the crime, when it was committed, and the overall picture.
We look for things like violent crimes, Le. domestic violence, crimes of a sexual
nature, etc. Some of these individuals may be working with or around children,
and so we need to be mindful of the children's safety.
We also look for crimes involving perjury or falsification of documentation or
information.
Question #4: Can you address the issue of performing background checks on foreign
nationals, and the questionable feasibility of performing accurate checks in other
countries?
Answer #4: The only way that any international criminal background information can be
obtained, is if the country in which the crime was committed has communicated
this information to Interpol. (Interpol is like a clearing house which logs criminal
information about people from other countries. This is usually done only by
countries that have a relationship with Interpol. It is not possible to verify the
accuracy of any of the information that Interpol receives.) If Interpol has received
any information, they would communicate this to the United States via the F.B.1.
Thus, a nationwide check would reveal such information.
Question #5: VVhat 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
GSIMS Confirm
Test Level
Amphetamines
Cocaine Metabolites
Marijuana Metabolites
Opiates
Phencyclidine
1000 ng/mL
300 nglmL
50 nglmL
2000 nglmL
25 nglmL
500 ng/mL
150 ng/mL
15 ng/mL
2000 ng/mL
25 ng/mL
Addendum #1, 8/24/05
RFP 37-04/05 Temporary Personnel
2
Question #6: Will City parking passes be made available to the temporary personnel?
Answer #6: Yes, upon assignment, the department utilizing the services will address this with
the temporary employee.
Question #7: If the agency provides additional services that are not requested in this RFP, can
the agency list them and provide rates?
Answer #7
As this is an RFP and not an ITS, supplemental information may be provided.
If you have any question please contact Pamela Leja at PamelaLeja@miamibeachfl.gov or at 305-
673-7490.
CITY OF MIAMI BEACH
Gus Lopez, CPPB, CPPO
Procurement Director
Addendum #1, 8/24/05
RFP 37-04/05 Temporary Personnel
3
or-
Q
o
o
.b
It)
CD
t-
W
o
~
w
f/)
..J
W
Z
Z
o
f/)
0::
W
a..
~
~
o
a..
~
w
t-
W
o
u:
u.
o
==
~ 0 0 0) 0 0 0 CO 0 ~ ." ~ <0 0 N ~ ." II) II)
C'f C'I .... CO ~ N "'" N 0) N N .... N <>> ~
0:: ('I) "It N M <0 ..t N oct ,..; ....: 0) .,; M M .... ,..: u) C")
W ..... .... .... .... .... .... .... .... .... .... .... .... .... .... ..... ..- ..... .....
..J (,It 6It 6It .,.. .,.. .,.. 6It .,.. .,.. 6It 6It .,.. .,.. .,.. W .,.. U') 6It
(.)
-
-
~ ~ II) "It ('I) ~ ('I) <0 0 0 II) ~ ~ .qo ~ 0 0 ~
N ,.. \0 U? ...... C'II 0 c( 10 ~ ..... <0
..... M N M Iri N N M Iri .,; M .... N .... <0 N N
w ...... .... ,.. ,.. ..... ...... .... ..... ..... Z .... ..- ..... ..... .... .... .... ....
..J en 6It 6It 6It .,.. 6It 6It .,.. ..,. .,.. en U') .,.. .,.. U') 6It .,..
CJ
-
~ ." ." CO ~ 0 \0 <0 0 a :B 0) U) r8 ~ ~ ~ ~
~ N ~ 0 <0 .... "'t. ~ C'I "'?
W ..- M .... M oti ('oj N N "It .,; N .... N .... oti .... N
..... ,.. ..... ..... .... ..... .... .... ..... ..... .... ..... ..... ..... ..... ..... .....
..J ..,. ..,. fn .,.. .,.. ..,. tit .,.. .,.. tit tit tit .,.. tit tit U') U')
CJ
,
Ii;
~ \0 ." ('I) 0 0 g <0 ..... ." U) ~ U) r8 ft1 ." " ~
"'t. C'I ~ U? "'t. .... ~ .... ~ II) "'? <<! ('I)
~ .... ('I) .... ('I) &I) N N C'II an ..t co; ..... N ..... <0 M N
.... ,.. ..... .... .... .... ...... ..... ..... ..... .... ..... .... .... ..... .... .....
De tit ..,. .... tit W 6It 6It .... 6It fn tit tit tit .,.. tit .... ....
W
..J
U
-
-
i ,.. 0 co co 0 :; co ~ 0 II) :a &1 0 ~ \0 &I) II)
"'t. C'II <0 .... <0 " "It c( ('I) 0 0) 0) Q)
Iii N ..t N an oi oct N M cO z cd cD oti cd ..... cO ci M
.... .... .... .... ..... ..... ..... ..... .... .... .... .... .... .... .... ~ ....
De .... 6It .... tit .,.. .,.. .... tit tit tit tit ..,. .,.. .... .,.. ..,.
u
w
en
-
i 0 &I') ~ 0 i 0 N l8 II) 18 ~ ~ 3 ~ II) ~ 3
iii 0 C'I co C'II "It N ~ N
N ('I) N M cO ..t N N ,..; ..t co; M M .... ,..: cO N
De .... .... .... .... ..... .... ..... ..... ..... .... ..... .... ..... ..... .... ..... .....
u ..,. .... (,It .... .,.. 6It ..,. ..,. tit ..,. ..,. ..,. tit ..,. tit tit ....
W
CI)
(I) I :B I fa
A. i w ..
m j~ ~ I ~ II Q
it I I lie I I
i 'a III ~ I w I ~ II ~
i ~III en i ~
.1 a tit ~ Ii
i~ ~~ I Q ~ I ~ .2 i
i ~ III I ~ l! I
~ I I Q ! i ~ ~.
~ i I ~I
:c u Q (I)
N C"J .. ." co .... co ~ c .... N elf) .. II) co ..... co
.... .... .... .... .... .... .... .... .... ....
--
~
n
t
()
10
'0
.....
-
~
I
\
....
S2
~
It)
m
~
w
o
~
w
C/)
...J
W
Z
Z
o
~
W
0..
>-
0:::
~
o
0-
~
W
I-
W
o
u:
u.
o
~ ~ 0 "- i 0 CO ~ ~ 0 II) ~ CO 0 8 10 ~
W N ~ . ~ v c:( Q) co ~ <0 Q)
~ ...t Iri ..... M N Lt:i "- . cD Z 0) cD CW; Iri ...t Lri .....
~ ..... .... ~ ..- ..... .... ..... ..... ..... ..... .... ..... ..... ~
ID ..- ~ .... w ~ ... .... .... .... ~ w W fh
..J
W
z- ~ It) I'- :8 0 0 0 to 0 10 "- co ~ It) g II)
z:z: N C'! Q) N N Q) . ~ 10 N ..... c:( Q) Q)
0(.) ...t cd C') cD cD ...t -ri M cD ~ ~ an z ..... cD 0 ('Ij
~~ .... .... .... .... .... .... ..... .... ..... .... .... .... .... .... N ....
.. W .... .... .... W .. ... .. .. .... ~ .. .. .... ..
W
A.
~
!i ~ 0 Q) 2 0 It) ~ i It) II) ~ 0 ~ 0 0 N
a= (.) I N ..... 0 <0 ('1/ c:( II) N <( ..... 0 ('1/
rt Z j ~ ~ N ('Ij ~ N N N ui z -ri cd cw; z ..... cO -ri Iri
... .... ..... .... .... ..... ..... .... .... .... .... . .... ..... .... ..... ..-
i4 - .. .... ... .. .. .. ... ~ ... .. w W fh .. ~
2
0
U
to-
Z
3~ 0 II) ,... CO) 0 II) co to 8 II) ~ co ~ II) 0 00
G.w v N ~ II) 0 co .... CO) c:( II) ~ c:( <0 CO? <0
:lEA, . ('Ij ..... M ...t N N N ,..: z ..j ,..: .... z ..... cD C') N
80 ..... .... ... ..... .... .... ..... ..... ..... ... .... .... ..... ..... .... .....
.. fh .. .... .. .. .... ... En .... fh 6I't .. .. .... w
a=
en
u
-
a::~
wa::
ILW ~ II) .... co ~ ~ 0 ~ 0 It) ~ ~ ~ ~ N It) N It)
W...J N ao ... N 'V Q) iq Q) La Q)
~(.) Lt:i cd N Iri cO lri . C') cO cO 0) .0 cD Lt:i ..... cD 0) cw;
~I- .... .... ... ..... .... .... ... ..... ..- ..... ..... ..... .... ..- .... .... .... ....
0(.) .. .. .. ... .. .. .. .. w .. .... .. .. .. .. .. .. En
o~
m
fn I (II c d
a. c:I tjJ I
:. ~i ~ I ...
I!! z I C
~ u:: I I DI: m I
0 a ~ Ii.
Z f!! 'C I ~ i ~ ~ II !
I au: ~I Ii. fn .. ~ =
~ Ii! a ~ D W 0 II: ~ a. IZ i
~ ~ ~ ~ w i ~ if I
I Ii ~ ..
!:i cftl ; ; D ~ 2'
~ i i !is
i 8 u
Sl ftI
.... N (If) "" In CD to- 110 ~ 0 .... N '" ... It) co .... GO
.... .... ... ... .... .... .... ... ....
~
.!!
I")
It)
'0
N
.::!
r
l
~
G
()
....
e
o
~
It)
m
t-
w
o
~
w
en
..J
w
Z
z
o
en
a:::
w
Q.
>-
a:::
~
o
Q.
~
W
~
o
W
N
~
o
w
Q.
UJ
10
o
(f)
~
~ 8 Sl N 0 0 0
c( en 0 C! co c(
u ...: .0 ac:i cD ci
w z C") z
~ ..... ..... ~ .... ~
:IE .. .. ..
~
II:
w
:M::
a::
j f8 ~ en 0 8 ~ ~ ~
0) N
W N .0 N u; ...r .... .... CO)
.... .... .... ..... ..... ..... ~ ....
u .. .. .. .. .. .. ..
~
w
U)
0:
w ~ Sl 8 i i
ID c( ;i c(
:IE z ...: cO cO .0 S z
;:, ~ ..... a .....
..I .. .,.
4.
~
U 0 N 8 0 It)
~ ~ en <( en co 'lit ~
Ii ,..: z cO cO u; 0)
~ .... ~ .... C")
w .. .,. .,.
....
w
a:
w
to- g ~ 0 i It)
z ~ ;i 0 ..... c(
w a cw) cO u; a z
~ ..... ~ ....
.. .,.
fI) ~
A. W
m ji fI) tHla
E II
i It! ~ I~ a
J! ~
I ~ ~! w I; ml i
~ ;!
I-I!:!
~ i ~ i! ~
:c z
::J
... N (WI ~ ClO eft 0 -
- -
..
.-
8
cb
~
YJ
~
S2
o
~
It)
m
!::
w
o
~
w
en
...J
w
Z
z
o
~
w
(l.
- - >-
.0::
~
o
(l.
~
w
....
o
W
N
::i
c(
o
w
(l.
en
&I)
'0
..
I 0
::I e( <( c( ~ <C <C co e(
at: Z Z Z Z Z 0 Z
~ ~
~
.
as.! II)
sl ~ ~ e( e( e( e( CO) ~
ruM z z z z !
!:iI
(#J
I
t
I II)
<C ~ ~ <C <C <C N ~
a z z z z ,..;
"7 ::l
!
I
iii II) i 0 8 8 ~
.... e( ,... N ;2
Z Z ~ N Iri It) M ...
~ ~ ... .... ~ ... ::l
4It M ....
f w ~
::5 ~c I II tlQ
I!!
Q II! w II II.
z In 8~ I!! !c ~
I i i~ ~ ~ ~I j
= I ~
i
~ - ~
~ z
~
""' N ~ "'It co G) 0 ""'
""' ""'
.........
g
'1
. .~
w2
!a. 8
....::) a
z~
~Q
:Ii
a.
....
u 8
.,
~ It)
U)
~ .".
I ~
U)
~
fj g
l()
u It)
.".
! 0
0
~
.".
i 0
a:: 0
w Q l()
:IE m It)
.".
I !
~
4-
W -' 0
! 0 0
II an
0 ~
.... u
I
:IE .
i
...
!E 0
Q
z~ u;
I~ ~
a::
w
~ 8
w ~
...
..: ~
~
0 4-
CJ 0
Z -'
i ~ ~
! 0
e ~
~ e
D.
a:: a::
~ Ii 0
w C!
ft) i
i me
R
III
::i
u
w
~
~
~
...
~
'()
t:
0 Q
fa 0
..J g
~ ....
.".
W
11.
.-
;c
! 0
0
w u;
-' :i
~
De
wit! g
....0
~~ ~
Q
~
~ft)
a:: Ii 8
~g ~
fR
ilia:
0
~
: g
u an
U :i
CJ ~
z
i u 8
! I ftj
fR
i
Q.
a:: fj
S ! 8
fI) ~ ~
i
::>>
w !!
::i
u
w
~
~
...
.,...
8
o
.n
It)
m
t::
w
o
~
w
C/)
..J
W
Z
Z
o
C/)
~
w
a..
~
~
o
Q..
::E
w
t-
....
~
Z
J:
o
W
t-
It)
'0
It)
~ 0
a: 0
::>> ~
(.)
w
C/)
UJ
a::
::>>
~ 0
0
~ Ii
:E
C) (.)
z ~
52
a::
~ ~
z w 0
w 0
z !
c:;
Z
w
Z
0
~ Q
0
l- Ei
!!1
z
~
~
I
~~~ 8
_00
z~8: ,...:
a ::>> ~
WzCl)
Ii t-
2 I
Q. .~~
i 8
00
g ~~ or;
~
z frl~
:z: ....
u
~
~~
fa g
-0
~~ a
Ow
WJ:
....
D
~
:.::
...
I a::
0
-.... 8
Zw
~Gi u;
x.... ~
Z
~ ::>>
~ ....
w
:IE Gi
~ ..J Q
C Q
E an
~ ~
2:S x
Z
z :::)
::>>
w
~ I
~
... .
RFP No. 37-04/05
Date: 9/G/05
Deanna Enterprises Ine d/b/a
AlA Employment of Miami
3050 Biscayne Boulevard, Suite 100
Miami, Florida 33137
City of Miami Beach
Request for Proposals (RFP) NO. 37-04/05
For
Temporary Personnel Services
City of Miami Beach
Procurement Division
1700 Convention Center Drive. Third Floor
Miami Beach. FL 33139
Table of Contents
Section I
~
Proposal Points to Address:
Introduction Letter Pagels 2
Acknowledgement of Capabilities Pagels 3
To Provide Services
Experience Pagels 4
Ability to Satisfy RFP Requirements Pagels 5-6
Screening, interviewing, testing &
Training Process Pagels 7-9
Client References Pagels 10-11
Section II
Fee Proposal
Section III
Acknowledgement of Addenda
Section IV
Documents Required by RFP
Introduction Letter:
AlA Employment of Miami, (AlA) is grateful for the opportunity to submit a proposal to
continue to provide personnel to the City of Miami Beach. The AlA spirit, ability, and
commitment to provide, uncompromising service too many corporations and municipal
offices throughout the South Florida market is illustrated by the accomplishments during
the servicing of these clients. Our goals if awarded the City of Miami Beach contract are,
to meet or exceed specifications; ensure effective operation of a professional and efficient
operation. >
We are very proud of being one of the oldest Minority Business Enterprise (MBE) in the
State. Proof of our success in initial support and management of large personnel service
contracts as well as our unique expertise in staffing has been demonstrated in our
partnering with Barton Protective Service in the operation of the Florida Toll plazas. As
well as with our current contracts with the State of Florida, Miami-Dade County, City of
Miami, City of Dania Beach, Florida Atlantic University, City of Miramar and Jackson
Memorial Hospital/Public Health Trust. The Corporate Office of A 1 A is located at 3050
Biscayne Boulevard. This location would be easily accessible to City of Miami Beach
citizens that may be interested in assignments within their municipality.
AlA is focused on excellence and we believe that providing quality solutions will help us
exceed our customer' s ~xpectation. Because our staff is focused on meeting customer
needs, AlA utilizes skill.search, a comprehensive database to provide us with the ability
to access hundreds of skilled employees.
We are committed to making our customers our first priority. To do this, we will strive
to fully understand our customer's needs, then it is a natural outgrowth of our expertise in
successfully selecting, testing, screening and placing qualified personnel in the many
businesses we have across the State. We have the expertise, business structure, and
management to excel in managing contract staffing operations. To ensure our customers
total satisfaction we will provide our staffed employees with the tools and training
needed to develop each one to "get it right the first time, on time, every time".
Our commitment to excellence and the improvement of customer satisfaction is not an
end objective, but a never-ending journey to ensure our success.
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Acknowledgement of Capabilities to Provide Services:
AlA has provided, and continues to provide, customers with quality services for a variety
of staffing projects. Our broad experience ranges from servicing large scale, long-tern,
and technical projects to single employee, short-term assignments as well as employee
payment services for out sourced employees. Our long successful track record of
providing customers w~th high ~uali~ staffing. solutions is evidence of our ability to meet
the changing demands III today s busmess enVIronments.
Proof of our success in initial support and management of large personnel service
contracts as well as our unique expertise in staffing has been demonstrated our partnering
with Barton Protective Service in the operation of the Florida Toll plazas. This contract
entails providing staffing and other employee services to remote locations throughout
Florida, employees assigned to Barton are provided benefits. This entails everything from
the maintaining of time accrued to insurance premium deductions for qualifying
employees.
Currently we service many clients with similar scopes of service as indicated in this RFP
City of Miramar, City of Miami, Hillsborough Sheriffs Office, Miami Dade County,
Florida Atlantic University, Florida Department of Transportation and State of Florida.
Many of which we are providing as client references.
I......
I
3
Experience:
Incorporated in 1980, AlA has been headed by Mrs. Veldrin D. Freemon. The success of
AlA Employment rests on the shoulders of the following key personnel:
Veldrin D. Freemon, President and CEO
. Relevant Experience
. Thirty-six years within the staffing industry excelling from the entry level rank of placement clerk to the President
and Owner of AlA Employment of Miami.
. Expanded the company from being a primary hospitality/domestic local employment agency to a diversified entity
servicing clients throughout the state of Florida as well as internationally at multiple placement levels such as
unskilled/skilled light industrial, clerical, specialists as well as executive.
. Extended services of A I A Employment of Miami to address civic needs by becoming a service provider for
SFETC/TEC later renamed South Florida Workforce providing social services to the Adults, Dislocated Worker and
Welfare transition population, and further broadening services to address economically disadvantaged and at risk
youth population by operating the Youth Opportunity Center.
. Professional Experience
. 1978 - Present AlA Employment Of Miami
. President / Owner
. CEO overseeing all phases of the companies operation and growth.
. Directly responsible for company's expansion through out the State of Florida, Nationally and Internationally.
. Responsible for the leadership and execution of operational, financial, business development, administrative, and
customer support functions.
. Accountable for profitability standards within the company, employee morale, and overall operations of the
company.
. 1992 - 2004 AlA Training & Employment, Service Provider for SFETC/TEC - South Florida Workforce
. Executive Director
. As Director overseeing all facets from program budgets to daily operations in accordance with Federal, State, and
Local performance standards providing social services to adult disadvantaged population.
. 2001- 2004 AlA Youth Opportunity Center
. Executive Director
. As Director overseeing all facets of the programmatic operational and fiscal functions ensuring prescribed policies,
procedures and activities are carried out in accordance with Federal, State, and Local performance standards for
youth service~ programs.
Garrie Harris, COO
. Relevant Experience
· More than fourteen years within staffing industry at executive management level
· Direct experience in all facets of operations within a large volume staffing finn from OSHA regulations to workers
compensation compliance.
· Responsible for entire Florida market overall sales, new and existing clients.
· Responsible for direct supervision on a staff of 28 and more than 2000 contract employees
· Demonstrate planning skills with ability to coordinate scheduling to ensure proficient productions
· Strong HRJpersonnel skills able to create successful team environments by clearly defining objectives, measurable
results and providing professional development training.
4
Ability to Satisfy RFP Requirements:
As indicated within the scope of services AlA is able to provide Temporary Personnel
Services on an "as needed basis" as specified within RFP No. 37-04/05. AlA will agree
to maintain the same terms and conditions of the contract if approved by the Mayor and
City Commission and will honor extensions granted at the City's sole discretion. AlA
will ensure that all individuals assigned to the City of Miami Beach earn a minimum of
$9.81 an hour without health benefits; we currently honor the similar conditions to clients
such as Miami-Dade County with a living wage of $10.99. The hourly'rates offered in
this proposal shall remain fixed and firm during the term of the contract if awarded with
the willingness to negotiate based on Consumer Price Index-Urban Areas (CPI-V) or
Living Wage Ordinance rate increase. All invoices forwarded, if awarded, will provide
all information as requested by the City of Miami Beach:
1. Purchase Order number issued by the City's Procurement Division
2. Location of temporary services performed
3. Full name of individual performing the service
4. Job classification
5. Number of hours worked, by date
Contracts we currently service require the aforementioned information and more, such as
the State of Florida contract. AlA will require temporary personnel assigned to working
events with the general public to wear a uniform with AlA's logo as requested by the
City of Miami Beach. In the event that the City elects to employ a temporary employee
provided by AlA there shall not be an additional charge assessed.
If awarded AlA will invoice as stated within the scope of services a hourly rate times the
number of hours worked. Overtime will be considered after 40 hours per week adhering
to the Fair Labor Standards Act. The hourly rate quoted will include all overhead, profit
and benefit costs to AlA including employee's hourly rate which will be in accordance to
the City's Living Wage Ordinance.
AlA Employment would mutually agree with the City's representative(s) on the job
description, minimum qualifications, duties and responsibilities for each position as
needed. AlA will honor the City's option to request more than one person at a time for
any specific assignment to interview and select the best candidate for that specific
assignment at no cost to the City.
AlA currently has a relationship with the One-Stop Career Center located at 833 6TH
Street, Miami Beach Florida 33139. We have and will certainly continue to assist the
citizens of Miami Beach in their search to secure gainful employment for the unemployed
and under employed.
5
In the event that any AlA personnel are deemed by the City as unqualified for any
specific assignment, we honor the right of the City to return such employee at no cost to
the City.
AlA will ensure as required in thescope of services that any temporary personnel that
the City has to work on an observed holiday is compensated at an overtime rate.
As with existing municipal and state contracts AlA recognizes that all employees
assigned to the city are and will at all times be the sole responsibility of A 1 A and not an
employee or agent of the City. All personnel provided will be competent and physically
capable of performing their duties. AlA will remove any employee the City deems
careless, incompetent, insubordinate or otherwise objectionable and whose continued
employment on the City's property is not in the best interest of the City. Each employee
will have and wear proper identification. AlA personnel utilized will be notified that
they will be provided with and shall follow all policies and procedures of the City.
A 1 A will take responsible for screening, interviewing, testing and training as indicated in
the scope of services. Our process will ensure the following:
1. Those in-depth interviews that includes job preferences, experience, goals,
interests, attitudes, motivation and other work-related attributes.
2. Job-related tests to include typing and communication skills.
3. Background checks include drug testing, criminal checks, and credit history
(for positions that may require the handling of City funds)
4. Verification that their employees are not convicted sex offenders.
5. Training employees on the City's Service Excellence program
A 1 A would honor any request by the City to perform audit investigations of the payroll
and related records of A 1 A personnel assigned to the City to ascertain that such
employees' records indicated payment received for the specific hours worked for the City
pursuant to the Living Wage requirements.
We are experienced with providing personnel for every position indicated within the
scope of services. Our current contract with the State of Florida requires the servicing of
forty positions at various levels from Laborers to Chemists.
6
Screening, Interviewing, Testing and Training Process:
Our recruiting ideology is to attract quality applicants. The goal of our recruitment &
placement efforts is to provide Contract~ Personnel that our clients will request to become
a pennanent member of their staff. We have proven to be very innovative with our
techniques to accomplish this task. This ensures that we provide full-time and part-time
contract personnel capable of providing the requested services of our clients.
A successful selection process for the placement of personnel should take into account
both the client's needs as well as the needs of the contract personnel; utilizing the long
tenn desires of both as mitigating factors. Given our recruiting expertise, we have the
ability to organize and execute custom recruiting projects for specialized personnel for
client needs. Evident of this are the successful placements of contracted personnel under
challenging contracts such as Florida Atlantic University, where job orders range from
computer programmers to mail clerks.
The recruiting efforts of AlA Employment of Miami are lead by the Regional Recruiter,
results are a corporate accomplishment, and every employee recognizes the importance of
recruiting quality applicants. A minimum of 1.5% of annual sales is dedicated to
recruiting. This allows ample funding for, but not limited to, the following tactics:
· Brochures & Flyer Distribution
· Chamber of Commerce Promotions
· Community Employment Guides/Publication Advertising
· Employee Referral Programs
· Internet Resume Search Sites
· Job Fairs
· Local Bulletin Board Posting
· Networking with Churches
· Networking with local Community Centers
· Newspaper Advertising
· University/Technical School Recruitment Seminars
· Website (www.alaemployment.com)
· Yellow Pages
As a result of the increased power of the Internet, we have upgraded our office
technology to increase cyberspace-recruiting success.
We ~aintain and update on a regular basis demographic and tracking information for star
candIdates. As well as document all recruitment effort results. In the 'melting pot' that
S~~th Florida has become it is vital to remain knowledgeable of market changes. AlA
UtI~lzes this information in every aspect from recruiting to the actual filling of job orders.
ThIS :esults in enhanced performance of candidates comfortable and capable of handling
a vanety of issues that can result from the dynamics of a particular market.
7
I
The assessment of AlA applicants begin when candidates enters our offices. More than
expected anxiety or unfriendly exchanges although considered subjective, can really add
to the final summation of the worthiness of a candidate.
Applicants skills are assessed by"'@Prove it" evaluation software. This software
evaluates not only basic clerical skills but also specialized skill sets. Specific industry
related, technical skills are assessed as ~ell as basic math and grammar. This allows for
better gauging of proficiency of potential candidates. AlA Consultants governs scoring
and are accountable for accuracy and validity of evaluations. Results of assessments are
maintained within candidates' personnel files.
References are verified and are weighted into the assessment of candidates. Factors such
as job tenure or the willingness (or lack) of a previous employer to respond have proven
excellent indicators for the need of further verification or nullification of a candidate.
,
!
Job Order to Placement
STEP 1
Job Order
STEP 2
Opening
and
Perfecting
Job Order
STEP 3
Candidate
Selection
STEP 4
Placement
STEP 5
On the Job
1:':'7_""if!;~".. - i~':;.-._", '" ,'. " '._.,....'__ ..
Details of assignment taken are by placement consultant. Pertinent information from the site,
date and length of the assignment to job description. Existing contracts have preset job
orders limiting the amount of time the client spends placing orders, such an order would only
reauire a iob title, interviewing or reportina date.
Consultant opens job order after reviewing contract for pertinent information, such as specific
skill sets or technical experience required. Location of assignment is reviewed not only for
proximity but also to verify demographics. Perhaps the client did not request a bilingual
candidate but the job order is within a market heavily populated with a second language, the
order would be opened with a second language. Our goal is not to provide personnel that
meet the expectation of the client but to exceed the expectation.
Specifics of the job order entered into Temp Tools program tfiat retrieves all candidates
qualified for the position. Because feedback from clients for everY placement is documented
in personnel files, personnel previously assigned to client are targeted first. It benefits our
client to provide personnel acclimated to their work environment and system. All candidates
that surpass 'perfected' job order qualifications are contacted for availability. After availability
and interest of candidates are confirmed; resumes (or in the case of laborers experience
summations) are forwarded to the client for review. Also provided are briefings as to why the
A 1 A Consultant feels the candidates are best suited for the assignment. The client either
elects to either select candidates to report or interview. The goal of A1A Consultants is to
provide personnel that exceed the expectation of the client while the clients spend absolutely
the least amount of time possible with the entire process. Time is money to our clients.
The selected candidate reports to A 1 A for orientation on the assignment. Every aspect of
the assignment is covered. The candidate is provided in writing everything from location and
directions to name and title of person they are reporting. The utilization of agency personnel
should aid in workforce production and not hinder production; A1A actually 'modifies'
placement speCifically for each client. Perhaps group timesheets are more time efficient for a
client as opposed to individual; perhaps biweekly time submission would better serve the
client than weekly. Modification of placement to provide the best service possible to our
clients makes the orientation of personnel a priority. Never will A 1 A personnel report to an
assignment with time reporting or salary questions. During this step prior to the selected
candidate reporting all screenings are verified, criminal background, drug testing etc. Also
during this step Purchase Order information is verified. this is an important step when
handling job orders for the government municipalities. There are times when job orders are
called in by municipal department managers for the first time and they are not completely
sure of the correct procedure, A1A personnel will ensure that prior to reporting all required
orocedures have been followed.
The first day of assignment A1A personnel are directed to arrive 30 minutes prior to actual
starting time and to contact their A 1 A Consultant. If the consultant does not receive that call
the client is contacted to verify the personnel's reporting. At the end of the first day clients
are contacted bv A1A consultants in reference to their satisfaction of the Dersonnel's
8
STEP 6
Termination
performance. If there are ever reason's to contact personnel messages are left on their
home telephone to contact the office on their personal time. It is the responsibility of the
employee NOT OUR CLIENT to have timesheets authorized and submitted. The goal of A 1 A
Employment is to free our clients from all HR issues, utilizing A 1 A has to be more cost and
time effective than hirin direct ersonnel.
The ending of an assignment is handled by A1A Consultants. Assigned personnel are
informed of duration prior to reporting and are directed to contact the A 1 A Consultant prior to
leaving on the last day to verify if the assignment has been extended. In the case where our
client is not overwhelmed, (we do not settle for less) by assigned personnel A1A Consultants
handle every aspect of the dismissal with professionalism. It is imperative that both the client
and assigned personnel are not but into comprised situations. Either the personnel will be
contacted at home or the A1A consultant will come to the site, the client will be aware of how
the situation will be handled. Please note that A1A Consultants' are directed to always
prepare more than one candidate for placement therefore in the unfortunate event of a
dismissal a backu is readil re ared and available.
Drug testing is done by Quest Diagnostics Center, our test are conducted on seven panel
test. We have relationships with centers throughout the State of Florida.
All applicants being considered for placement are confirmed are screened for clearance
from being listed on sites for Sexual Predators and FEDERAL All Background screening
for pre-employment service is conducted though Screen Now a division of Choice Point
National criminal file.
',:.,~i
t.
We currently provide the following screening:
National Criminal file search (instant)
~:'
r; ..... Verifying supplicate identity
"" Listing alternate names used by applicant
.. Listing prior know addresses
... Revealing a history of criminal records
if; ... Provides for a national social security search (this system warns if any of the
following condition apply, That the card may never have been issue, may have been
issued to person who has been reported deceased or has been issued so recently that the
number may belong to a child).
~;,.
~{
j':. '~
f.,\
~,
9
Client References:
Edwin Bemmel, Assistant Controller
Florida Atlantic University
777 Glades Road
Boca Raton, Florida
561-297-3110
561-297-2884 Fax
ebemmel@fau.edu
-/
r / ..
\.../
Carlos Vi1ches, Procurement Manager
City of Miramar
2300 Civil Center Place /"
Miramar, Florida V
954-602-3053
954-602-3455 Fax
cavil ches@ci.miramar.fl.us
Rich Curran, Senior VP
Barton Solutions
3511 W. Commercial Boulevard Suite 302
Fort, Lauderdale, Florida
954-485-3800
954-485-1055 Fax
Rich curran@Bartonsolutions.com
1//
Maria Carrballeiro, Personnel Technician
Miami Dade Dept of Procurement Services
111 NW First Street 13th Floor
Miami, Florida /
305-375-1530 ~,//
305-372-6099 Fax
Mc5@miamidade.gov
Josie Canosa, Procurement Manager
JMH-Radiology Oncology
1611 NW 12th Ave
Miami, Florida
305-585-8222
305-585-5950 Fax
icanosa@um-imh.org
\....../
.....
10
Julianne Diaz, Asst to the Director
City of Miami - Public Works
444 SW Second Avenue
Miami, Florida
305-416-1260 ~
305-416-1278 Fax
iudiaz@ci.miami.fl.us
..
Nathaniel Greenwich, AIR Manager
Jackson Memorial Hospital
1611 N.W. 12th Avenue
Miami, Florida
305-585-8551
305-585-0051 Fax
ngreenwi@um-imh.org
v
Valerie Morrison, Budget Analyst
Dept of Children & Families
401 NW 2nd Avenue
Miami, Florida
305-377-5209
305-349-1467
Valerie morrison@dcf.state.fl.us
v.
11
I
(
I
I
!
!
CITY OF MIAMI BEACH
A 1 A Employment of Miami
P 'f
B'll R t
P Rt
081100 1 ae ay ae
SECRETARY I 12.31 9.81
SECRETARY II/ADMIN 12.31 9.81
CLERK TYPIST 12.31 9.81
CLERK I 12.31 9.81
CLERK II 12.31 9.81
CLERK III 12.31 9.81
BOOKKEEPERJACCT CLERK II 12.31 9.81
CUSTOMER SER REP/COMPLAINT OPER. 12.31 9.81
CUSTOMER SER REP/COMMUN.OPER 12.31 9.81
PERSONNEL TECH I 12.31 9.81
CARPENTER 16.40 10.81
ELECTRICIAN 18.20 12.81
PLUMBER 18.92 13.81
SERVICE WORKER 13 ;20 10.81
AlC MECHANIC 18.92 13.81
. PAINTER 19.01 13.81
BUYER 14.62 10.81
ACKNOWLEDGMENT OF ADDENDA
REQUEST FOR PROPOSALS NO. 37-04/05
.
Directions: Complete Part I or Part /I, whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in connection
with this RFP:
Addendum No.1, Dated
()M<:r-lu;( (l/ 2 O()t~
(J }
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
~~ .~
~ame of Staff Member
9/.1-10 J'-
I ,
Date
/. 4/1- e 1hr/01( T1fU.I- '/; At,~ 1J/;
proPdSer - Name
~ ~.#~.
Signature
Q /,j"s -
Date'
RFP NO. 37-04/05
DATE: 8/3/05
23
CITY OF MIAMI BEACH
PROPOSER INFORMATION
Submitted by:
.. ,
A- 4. A- €" tvl P I~ J'lIMf- '* If,{ fa 1111
.
Proposer (Entity): c.. 0 p
Signature: ~ ~. f/~
Name (Typed):
G Ir 1fJ-12./ G' .7. #1I-12-12-1:r.
Address:
30$'0 B,oS t.a "In L BIll d.
M,4mi ,~/or/~ 33137
City/State:
Telephone:
OOb-S73- 03~3
Fax:
30 ~ - 573-- O;;tSI
It is understood and agreed by Proposer that the City reserves the right to reject
any and all Proposals, to make awards on all items or any items according to the
best interest of the City, and to waive any irregularities in the RFP or in the
Proposals received as a result of the RFP. It is also understood and agreed by
the Proposer that by submitting a proposal, Proposer shall be deemed to
understand and agree than no property interest or legal right of any kind shall be
created at any point during the aforesaid evaluation/selection process until and
unl s a contract has been agreed to and signed by both parties.
q/a-/O.I -
(Date)
(A orized Signature)
bt'r Je 12- J E ~ IIfI..te 12-1 (r
(Printed Name)
RFP NO. 37-04/05
DATE: 8/3/05
22
CITY OF MIAMI BEACH
DECLARATION
TO: Jorge M. Gonzalez
City Manager
City of Miami Beach, Florida
Submitted this ~ day of .5ep::r-
,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
~ / .
.~~
1 SIGNATURE
.
G a I"rl e ../. II-~ ~
PRINTED NAME
~. O. O.
TITLE (IF CORPORATION)
RFP NO. 37-04/05
DATE: 8/3/05
24
CITY OF MIAMI BEACH
QUESTIONNAIRE
.
Proposer's Name:Jl A IL ,-" f- /" A&wt ·
'" :.J- rr c;:. hi P 'lJlf m ~ n d ,.. I
Principal Office Address: . , D J d
3t!)so BI.s(!a,Lfn~ ,~,IJ
- .
M IfJmj I -1= I 3:3 / 3 ?
.
Official Representative: ~ ~..,- _ J L-
,q f:7 J · ~JeI'U\J
(Circle One)
If a CorDoration, answer this:
When Incorporated: I Q ~ 2..
In what State: r1 I
.,-, or' a..q
If a Foreian Corooration:
Date of Registration with
Florida Secretary of State:
Name of Resident Agent:
Address of Resident Agent:
President's Name:
Vice-President's Name:
Treasurer's Name:
RFP NO. 37-04/05
DATE: 8/3/05
25
CITY OF MIAMI B~ACH
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 (.,
2. Have any similar agreements held by Proposer ever been canceled?
Yes C ) No CLr
If yes, give details on a separate sheet.
RFP NO. 37-04/05
DATE: 8/3/05
26
CITY OF MIAMI BEACH
Questionnaire (continued)
3. Has the Proposer or any principals of the applicant organization failed to
qualify as a responsible Bidder, refused to enter into a contract after an
award has been made, failed!o complete a contract during the past five (5)
years, or been declared to be in default in any contract in the last 5 years?
If yes, please explain:
No
4. Has the Proposer or any of its principals ever been declared bankrupt or
reorganized under Chapter 11 or put into receivership? Yes ( ) No (...)-
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 (~en convicted by a Federal, State, County, or Municipal Court
of any violation of law, other than traffic violations. To include stockholders
over ten percent (10%). (Strike out inappropriate words)
Explain any convictions:
6. Lawsuits (any) pending or completed involving the corporation, partnership
or individuals with more than ten percent (10%) interest:
A.
List all pending lawsuits:
NOn e....
RFP NO. 37-04/05
DATE: 813/05
27
CITY OF MIAMI BEACH
Questionnaire (continued)
B.
List all ju~ments from lad its in the last five (5) years:
IE. 50 c.. - .s~.u..r" .
C. List any criminal violations and/or convictions of the Proposer
and/or a~ of its principals:
}J,I+-
7. Conflicts of Interest. The following relationships are the only potential,
actual, or perceived conflicts of interest in connection with this proposal:
(If none, sta~e ~ilr
8. Public Disclosure. In order to determine whether the members of the
Evaluation Committee for this Request for Proposals have any association
or relationships which would constitute a conflict of interest, either actual
or perceived, with any Proposer and/or individuals and entities comprising
or representing such Proposer, and in an attempt to ensure. full and
complete disclosure regarding this contract, all Proposers are required to
disclose all persons and entities who may be involved with this Proposal.
This list shall include public relation firms, lawyers and lobbyists. The
Procurement Division shall be notified in writing if any person or entity is
added to this list after receipt of Proposals. (Use additional sheet if needed)
~/~
RFP NO. 37-04/05
DATE: 813/05
28
CITY OF MIAMI BEACH
Questionnaire (continued)
The Proposer understands that information contained in this Questionnaire will
be relied upon by the City in awarding the proposed Agreement and such
information is warranted by the Proposer to be true. The undersigned Proposer
agrees to furnish such additional information, prior to acceptance of any
proposal relating to the qualifications of the Proposer, as may be required by the
City Manager. The Proposer further understands that the information contained
in this questionnaire may be confirmed through a background in.vestigation
conducted by the Miami Beach Police Department. By submitting this
questionnaire the Proposer agrees to cooperate with this investigation, including
but not necessarily limited to fingerprinting and providing information for credit
check.
WITNESS:
IF INDIVIDUAL:
Signature
Signature
Print Name
Print Name
WITNESS:
IF PARTNERSHIP:
Signature
Print Name of Firm
Print Name
By:
Address
General Partner
Print Name
(CORPORATE SEAL)
IF CORPORATION:
A!LA- ~~/lItn-r of JIf_", I
Print am of Corporation
30Sb13ts~~ftL. "BItt!
By: M~~-A~~~!-~s
President
,
Secretary
Attest:
RFP NO. 37-04/05
DATE: 8/3/05
29
CITY OF MIAMI BEACH
~:
VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS
Item TEMPORARY PERSONNEL SERVICES
3.
1.
Secretary I
Two years experience in secretarial and clerical work. Experience in meeting public and
ability to deal with customers using tact, poise, patience and courtesy. Knowledge and
experience in using MS Word, Excel, other MS office application programs. Must have ability
to work in a multi-ethnic/multi-cultural environment. Minimum 40 wpm.
2.
Secretary II/Administrative Assistant
Three years advanced experience in secretarial and clerical work including transcription,
dictation and executive level experience. Experience in meeting public and ability to deal with
customers using tact, poise, patience and courtesy. Knowledge and experience in using MS
Word, Excel, other MS office application programs. Must have ability to work in a multi-
ethnic/multi-cultural environment. Minimum 40 wpm.
Clerk Tvoist
Responsible and varied clerical work involving moderately complex work methods and
procedures. Requires proficiencyln the use of the word processor and/or typewriter. Must
type 40 correct words per minute based on dept. needs.
4. Clerk I .
Must possess basic typing and computer experience and good people skills. Dependability
and self motivation, work flexible schedule, including weekends and evenings. Must have
ability to work in a multi-ethnic/multi-cultural environment.
5.
Clerk II
One year experience in general clerical work, possess computer software experience and
good people skills. Dependability and self motivation, work flexible schedule, including
weekends and evenings. Must have ability to work in a multi-ethnic/multi-cultural
environment.
RFP NO. 37-04/05
DATE: 8/3/05
30
CITY OF MIAMI BEACH
8.
9.
10.
11.
12.
.
. .
"
6.
Clerftlllc, ..... .. . . .
Th~y~rexperience in skIlled tYPln~. and general. clerical work, ac?Ountlng & ~ookke~Plng.
ExPEtrience 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.
Bookkeeoer / Accountino <?'erk II . '.
Three years experience In accounting, supplemented by course work In accounting or
bookkeeping; or any equivalent combination of experience and training. Must have ability to
work in a multi-ethniclmulti-cultural environment.
7.
Customer Service Reos / Comolaint Ooerator .
Responsible telecommunications work in the Safety communications Unit. Retrieving,
evaluation, processing, modifying, and inputting information within various computerized and
manual information systems. Type 30 correct wpm, effective communication skills, may
include weekends, holidays, shift work. Must have ability to work in a multi-ethnic/multi-
cultural environment.
Customer Service Reos / Communications Ooerator
Entry level responsible telecommunications work in the Safety Communications Bureau.
Receiving, screening and relaying information for emergency and other calls utilizing a multi-
line telephone and a computer aided dispatch system or other means. Effective
communication skills, may include weekends, holidays, shift work. Must speak fluent English
and one other language, have ability to work in a multi-ethnic/multi-cultural environment.
Personnel Technician I
Complex clerical and technical work of a specialist nature. Interpretation of department
operations, policies, procedures, dissemination of information, maintains records and reports,
computes and compiles data; updates. Types forms, answers correspondence, prepares
notices and minutes of meetings. Knowledoe of HR preferred.
Caroenter
Knowledge and skills in carpentry work at the entry level in the construction and finish work
including materials, methods and techniques. Maintenance and repair of city facilities.
Electrician
Master Electrician's certification, prior experience with drawings and reading blueprints,
design an installation of electrical systems. Skilled work at the entry level as an electrician in
the construction, maintenance and repair of city facilities.
RFP NO. 37-04/05
DATE: 8/3/05
31
CITY OF MIAMI BEACH
13. Plumber
Skilled work at the journeyman level as plumber with certificate of competency as a
journeyman in the plumbing trade.
14. Service Worker
Advanced and responsible manual labor duties of a skilled nature.
15. NC Mechanic
Skilled work at the journeyman level in the installation, maintenance and repair of air
conditioning equipment, and related apparatus.
16. Painter
Skilled painting work at the entry level in the construction, maintenance and repair of city
facilities.
17. Buyer
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_ .\-\ \ \j c~
b
-
-
. .
ORDINANCE NO. 2001-3301
AN ORDINANCE OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, n..oRlDA,
CREATING DIVISION 6, TO BE ENTITLED .'LIVING WAGE
REQUIREMENTS FOR CITY SERVICE CONTRACTS AND
CITY EMPLOYEES", OF ARTICLE VI, ENTITLED
''PROCUREMENT'', OF CHAFfER 2 OF THE MIAMI
BEACH CITY CODE ENTITLED "ADMINISTRATION", BY
BSTABLISHlNG A UVlNG WAGE REQUIREMENT FOR
CITY SERVICE CONTRAcrs AND ESTABLISHING A
LIVING WAGE FOR CITY EMPLOYEES; PROVIDING FOR
REPEALER, SEVERABILITY, CODIF'lCA nON, AND AN
EFFECfIVE DATE.
WHEREAS, the City of Miami Beach awards private fims conll'aClS to provide aervices for
the public. Tho City also provides fiulUlCial assistance to promote economic development andjob
growth. Such expenditures of public money al.o servo tho public' purpose by creating jobs.
expandina the City's economic bale. and promoting economic security for all citizens; and
WHEREAS, such public expenditures should be apent only with deliberate purpose to
promote the creation of full-time, pennanent jobs that allow citizens to support themselveI and tboir
families with dipity. Sub-poverty level waps do not serve the public purpoae. Such wages instead
place an undue burden on taxpayers and the community to subsidize employers paying inadequate
waps by providing their employees with social services such as health care, houaina. nutrition, and
e1lClJY assistance. The City has a responsibility when spending public fundi to set a community
standard that pennita full-time workers to live above the poverty line. Therefore, conttaCtors and
subcontracton of City service contracts should pay their employees nothing Ie.. than the livina waae
herein described; and
WHEREAS, in addition to requiring livina wages for City servicea provided by private
finns. the City wishes to serve as an example by providing a livinl wale to all City employees.
NOW, THEREFOKE,BE IT DULY ORDAINED BY THE MAYOR AND TIlE CITY
COMMISSION OF THE CITY or MIAMI BEACH, FLORIDA AS FOLLOWS:
SEcnON t.
That Division 6, to be entitlecl"Living Wage Requirements for City Contracts", of Article
VI, entitled "Procurement", of Chapter 2 of the Miami Beach City Code entitled .. Adminiattation"
il hereby created to read as follow:
10f9
Chapter 2
ADMINlSTRATlON
'" '" .
Article VI. Procurement
'" '" '"
Division 6. Livin, WaJC Requirements for Servic~ Contracts and City Em"lo~s
'" '" '"
Section :2-401.........
DeOnltJoDl
(al "City" means the ,ovelJlment of Miami B~h or any authorized .pll. any board.
8pIlCy. cOlQlllission. de.partment. or other enti~y \)lereof. or any SUCCC$sor tjlereto.
(b) "Covenld Emolo.yee" means anyone employed by the City or any Service Contractor. 81
further defined in this Divilion. either full or part time. 81 an emolovee with or without
benefits or as an i~dent contras;tor.
(cl "Covered Bmplo)4er" mean. the City and any and all Service Contracton. whctber
contractinl directly or indirectly with the City. and subcoQtracton of a Service Contractor.
(d) "Service Contractor" is any individual. business entity. CQmoration (whether for orofit
or not for profit). partnenhip. limited liability colI\Pany. jDint venture. or similar business
who il conductina busineu in ~ami BellCh~ or Miami Dade County. and meetl aile {1 l of
the two (2) followift' criteria:
(n The Service Contractor is:
<a> ~ in whole or part fiWn one Clf mOle of the a'Y'. aenera(- fund:
ca.,pital FOjoct finds. ~tI revenue funda. or BIt, other funds either
directly or indirectly. whether by com_live bid prp_. informal
biela. mauesll for poooaIL some {ann of IDIicitation.. nOJOIiation. or
ap1lDmenL or any other deciliqo to ~ into a CODb'8Ct: or
(b) enppd in the busine. af. or part of. a contmct to provide. a
subconb'aCI to provide.. or siiJUlarly litnatAd to OIOvida.. aervicea.
eitherdigK:tly or indirectly for the benefit afthe City. However. this
doea not ..,Iy to contl'8Ct4 related ~mari)y to the saJe of producII or
&22dL
{el "CoveJed Services" are the lYDe of services purchued bv the City that lie subiect to the
requiretnentl of this Division which include the fD)Jowiog:
(1 l City Service Contracts
Contmcta involvin, the CilY'. eJtPtJlditure of over $100.000 per year and which
include the (DUowin, \Y,peI Df services:
(I) food Jl1'J8I'8Iion Iq)dIQf distribution:
l2} aecurity ..,lcea:
(3) routine mlintenance lerVic:es lOCh 81 c:uatodial. cleanin,.
computers. refuso removal. ~air. refiniahill2. and recw:1in.:
20f9
'.
(4) clerical or other non.sLtgervisory office work. whether tc~liUY
or pennanent;
(S) tranaoortation and F1tin, services:
(6) printin, and rcgroduction services:
(7) landscapin,. Lawn. and or .p;cultural servic~s: and
(8) P@l'~ and public p1asre maintenance
(2) Should any services th81 are heint[ performed bv City Hmu)QYees at the time this
ordinance il enacted he aolicited in the future bv the City to be nerformed b'( ,
Service Contractor. s~h JeO!;ces IhaU be Covered Services subiect to thiB Qivilign.
SECrlON 2-408. ReI,Pl." LIVING WAGE
(I) LA.... W.. ~Jd.
(1) Senke CoDtnetonr
AD Service Contractors. 88 defined by this Division. c:nterin, into a contract with m~
City of Miami Beach shall Day to all i~ employees who provide scrvicel covered by
thia Division. a livin, waae of no leaa ~an $8.S6 an hour with health benefits. or a
livin, woe of not leas than $9.81 JUt hour without health ben~fitl. II described in
this Sectioql
(2) City EmDIOftIL
Por Ci'Y _loyces under the City DIU' plan. the City will be"" to pay a liyinR WaRe
conlisrent with the Roala and termJ of thil Division on phase-in buia bQpnnine in
the 200 1-2002 City budpt year. ~n~.A.ill' on an annual basil incrementally so that
the Livin, Wqe il fully inwJeJl)C3)ted for Ci,y eIIlPIQ~ in the 2003-2004 City
budpt year as m~ b$: a4juated pursuant to aubaection (e) help",. 1'bereafter. the
Li1lirur WlUle to be D8id by the Citv to ita elftnloWlM llhall not be subiect to the annual
indexing uanl! 1M Conaurnq- Prigp TnM. fCJ' all UttJ8n eonaulftllln. (CPt-In reauiiM
ullder .u~ti~ (C;) below and inafp.A~ thall be lubi~ to neszotiations within the
co)lec~ve blU'Raininsz Sln1ctul'e.
(b) Health Benell... Por. Covered BlIlPlover 01" the Gtv to complv with the !ivAnl w~ae
provision by choosin, to pay the lower wqe scale available when a Covered BanplQF also
PtOvidea health benefits. such health benefits shall consist of pavment of at leut SI.2S per
... towmda the provision of health care beneft,. for Covcnd Employees and their
clegendenu. If the health ,*,efits plan of the Covered Blnnlover or the Citv reauiru an
initial period of elllDIQYmmlt for a new employee to be elhdble for health benefifl (olip~iIi(y
RlJiod) such Covered EmplQyeF or City m~ gualifv to ~ the sa.Sf) per hour waF acaIe
durin, the new eIl\P~'s initial eligibilitY period provitWf the new ~lovee wilJ be paid
health benefits upon colIQ)letion of the ~Iipbili" period. Proof of the DJ'Qyision of heOJIh
benefits must be su~itted to the awarding authority to quali(y for the wap rate for
emplQyeeR with health betWi~
eel IndMrlIll.. The liviD. waac wUJ be auto~ca1lv indexed each year usin, Ihe Consumer
Price Index for all Urban Consumen (CPr-In unle.. the City Commission determines
it would Il9t be fiscally sound to implement the CPI-U in a particular year.
30f9
(d) Certlfteatlon Reaulred Before PaYJDeDt. Any and all contr8cts for Covered Services
shall be void. and no funds may be released. unless prior to enterina any 88J'C'Cment with
the aty for a Covered Services contract the eDlPloyer certifies to the Chy tm-it wiJJ DO.Y
each of ita emplo)'eCS no less than the livin, w. defCribed in Section 2-408 (a). A
cOj)y of this certificate must be made available to the public Upon J'eQUClt. The
c~rtificate. at a minimum. must include the followins:
(1) the name. Address. and mane number of the cIt\Plover. a local contact
person. and the ~ific orqject for which the Covered Services contract
is sou,tlt:
(2) the amount of the Covered Services contnct and the City ~partment the
contract wUl serve:
(3) a brief descriotion of the pl'Qiect or service provided:
(4) a statement of the ~~ levels for all emolovees: and
(5) a cQmmitment to pay all enQoycea a livin, w~n. as defined by
D8I'8RI'8Dh Section 2-408 (a).
ie} ObIervatlon 01 Other La... Every Covered Emolovee shall be Daid notle.1 than
biweeklv. and without subsequent deduction or rebate on any account (exceot 81 such
oavroll deductions 88 are directed or pcnnitted by law or by a coUective barpiniof
...-menU. The Covered Employer shall pay Covered Bn\pIoyees walle rates in
accordance with federal and all other aoolicable Jaws such as overtime and limilar wap:
lmL
en PMlIn,_ A copv of the livin, wue rate shall be kept posted ~y the Covered EmDlo)'Cl
at the lite of the work in a prominent place WhCR it can eaily be aoen and read by the
Covered Bm,plQWCI and shall be ....led to the -.plop within a reuonabIe time after
a request to do 80. Pollina requirements will not be required where the Covered
EmploYer Drinllthe followin2 staternenll on the (mnl of Ihe CovlRd 8q)lo",.s tint
paycha:k and evmy six months theJeafter: "Vou are requiral by O\yofMiami Beach law
to be paid at leal S8.56 doll81'S an hour. 1f)OU are not paid this hourIv rate.. cont8cl YOUr
ernplO)'<<. an att~y. or the City of Miami 8eId1.u All notices will be printed in
BntJish. Spanish. and Creole. .
I,) CollectIve B8....lnbur.. Nothina: in this Division shall be mad to req,llire or authorize any
Covered BlI\P10yer to reduce w-... set by a coIlecUve barpinin, a,reement or are
reauired under any prevailin, wllJO law.
40f9
SECTION 2-409. Res8PMd
IMPLEMENTATION
(al Procurement SDedftcattons. The livinR wa~ shall be reauired in the DI'OCurement
specifications for all City service contracts for Covered Services on which bids or DrQposals
shall be solicited on or after the effective date of this Division. The DI'OCurement
aoccificationa for awlicable Covered Services contracts shall include a reauirement that
Service Contractors and their subcontracton agree to produce all documents and records
relatin, to payroll and compliance with this Division uoon reouest from the City. All
Cove~ Service contracts awarded subsequent to the date when thil Division becomes
effective. shall be subiect to the reouircments of this Division.
~) InfQ....tlon D"trlbu~, All requests for bids or recluells for uroposals for Covered
Services contracts of $100.000 or more shall include aoproDriate infonnation about the
requirements of this Division.
(c) Malntenmee otPayroU Rec:ordt. P~h Covered Bmolover shall maintain DBvrolls for
all Covered ~ and basic records rel.n, themo and shall preserve them for a period
of three. (]) vean or the tenD of t~ Covered Services contract. whichever is 2I'Cater. The
recorda shall contain:
(I) the name and Atftl~ of each Covered Employee:
(2) the iob title and cluliflcation:
(3l the number of hours worked each day:
(4) the IfOIs wa,es euned and deductions made:
(.5) annual wapi paid:
(6) a cQJ)v of the lOCi.1 security returns and evidence of DaVlDCnt
Ihereof:
(7) a record of mnRe benefit payments including; contributions to
agproved plana: and
(8) any 9ther data or infonnation this Division s~ld reqJJiIe from
time to lime.
Cd) ReDordDR Pavroll. Everv six (61 months. the Covered BmDlover Man file with the
Procurement Di1'P.clnr a Mmnle~ navroll ahowinllr the Covered ~lover'l Dlwoll
I'IlB'V'lh. for each COyeR!ld EmDIowe worIdnR on the conlnlCtlsl ror CoylH'lld SmYicM for
one Dlvmll oeriod. UDOIl raJuest from the City. the Coyered ~0)W shall produce
for inlfP'lCtion and CC)pyin. its D&vroU R'JCOrds for any or all of i'l Covered P.q)Iowa (or
lilY oeriod coveRd bv the Covered Service contract. The Citv mav examine DaYl'Oll
ftlCOfds ulV'lNlfo.,d to ensure comoliance.
SECTION 2-410. ........
COMPLIANCE AND ~ORCEMENT.
eal Senlce CoIItndor to Coooerate. The Service Cofttractor shall oermit City emolovees..
_pm... or ~l'CICmtatJves to observe work heint! performed at. in or on the proiect or matter
for which the Service Contractor has a contract. The City ro,presentatiyCI may examine the
boob and recorda of the Service Conrractor mldn, to the emDlovment and ,..yroll to
determine if the Service Contractor is in comDliance with the orovisions of this Division.
'of9
.
. {bl Cemalalnt PropdUI'eI anel SanetloDs,
(I) An emoloyee who believes that this Division ao,pties or Iq)Dlied to him or her and
that the Service Contractor. or the Citv. i8 or WII not conu>>tyin, with the
requirements of this Division has a rifht to file a cODlPlaint with the Procu~mep,
Di.tor of the City. Complain~ QY cmpJo~s of alte,ed violations may be made
. any tiDlC ond shaJJ be investiptcd wit1)io tbitt,}' (30) ~ ~y the City. Written and
oral statements by an employee shall ~ treated as confidential anfA shall not be
disclosed wjlhout the written consent of tbe euwloyee to ~e extent ~Jowed bv the
Florida Swute&.
(2) AnY indivin~J.1 or end'Y "Y also file a COIJUllaint with the Procurement Director
of the City on behalf of an emplovee for jnvestiption by the City.
(3) It shall ~ the responsibility of the City to inveati...tI! all allcptions of violations
of thia Division within thirty (30) ~ If. at any time. the Ci\)'. ..pon inveaUaalion
determines that a violation of this Division has occumd. it shall. within ten llO}
workin, dlya of a {indin, of non-comoliance. issue a notice of corrective action to
the employer ~ifyin, Jll areas of non-comoliance and deadlines for IeIOlutions of
the identified violations. If a Service COntractor faila to cOIllP!y with any notice
iSlI~. the Ci\)' ManaJC1' or the City Man...', dc:lipee ~ wsaue 8Jl order in
wtitinR to the Service Contractor. by ccrtjfied mail or hand deHverv. notifvinJ the
Service Contractor to ~ at an administrative hearinV before the City Man.,er
or the City Man.Ref'S desienee to be held at a time to be fixed in such order. which
date ~I be not less than five (S) days after service thereof.
(4) The ProceediQ'f ahall be inform,l. but .hBlI afford t,be Servjcc Contractor the
riahl to testify in the Service Contractor', own defense. preJOnt witnesses. be
I1lDIeIented ~v counsel. submit re~vant evidence. CI'088 examine witnclSel and
object to evidence.
is} The proceedin.. llhall be recorded and minutes keot by the City. Any Service
Contnctor feQw(inR verbatim minutes for iudicial ~view ..y trf8D,e for the
lCrVices of a coun renorter at the ex.oense of the Service ~tn.ctor.
(6) Within ten (10) ~ of the cloae or the hcarinlL the City M~Jer or the City
MAnAr', deaipaee shall render .. decision in wrifjD, derennipin, whether or no1
the Service Contractor i. in COII\PIi8DCD. or whether other action -"ol&ld be taken.
or whether the matter should be continued. as the cue may be. and atmnS! the
(eIlODS and findinp or fact.
m The City Man... or the City Man..... ctuiimee shall file findina with the
City C1erk.. shall send a true and COMet cog)' of bis order by certified mail.
return receipt reg_sled. or by han4 dc1iveJy. to the business addres. u the
Service Cgntractor shall clesilJ18lc in wri~n,.
(8) The City Manuer's or desipee's fiodin.. IhaII constitute the fipal
administrative action of the at)' for puroosea of iudicial review under state law.
60f9
(9) If s Service Contractor fails to seek timelv appellate review of an order of the
City Manuer Qf the City Mana@er's desianee. or to comply timelv with such
order. the City may DUIlSUC the enforcement of sanctions set forth in Section 2-
410 (c).
eel Prlvab! ,Ighi of Action Anlut Senlce ~Dtrador Any Covered BmDlovee of or
fqrmm' Covered Rmnlovee of a Service Contractor may. instead of udliziusl the City
administrative DI'OCedure set forth in this DiviBion. but not in addition to such orocedure.
brinll an action bv minst suit A..ainlt the Co\(ered Emnlovel' in anv court of comoetent
iurildiclion to enforce the nrovisions of dUB Divilion and mav be aWSlntNt back nay. benefits.
attornev's feel_ and COltS. The aQ91icable Itatute of limitations for Iuc:h a claim will be two
(2\ 'VI!8n U nmvidM in Florida Statutes Section 9S.11(4)(c) for an action for navment of
WUM. The court mav aim imnose sanctions on the Service Conb'aClor. includinst those
DeI'IIOM or entities aidinll or abeuinll the Service Contractor. to include walle restitution to
the affected CoveJed Bmolovee and d~Re. oavable to the COyered EmnlQvee in the sum
of un to $SOO for each week each Service Conlr8Ctor is found to have viO'Ar..n this Division.
Cd) SandIoDI A_oat Service CODtraeton. For violations of this Division. the Citv shall
sanction a Service Contractor bv ~uirin, the Service Contractor to pay waF tatitution
at the Clllployers e~pense for each affected emplovec and may access the followin~:
(1) The City may impose damuM in the sum of 5500 for each week for each
emolovee found to have not been paid in accordance with this Division;
andlor
(2~ The City ma~usoend or terminate oavmenr under the CQvered Services
contract or terminate the contract with the Service Contractor: andlor
(3) The City m'Y declare the CJJU)loyer ineliaible for future service contracts
for three (3) yean or until all oenalties and restitution have been paid in full.
whichev~ is longer. In addition. all ernoloven shall be inelipble under this
section where princilJ~ officers of the eltlPJoyer w~ principal officen of an
ell\plQY'r who violated this Division.
ee) Public Record of SanetleDI. All such sanctioJ}. recommended or imoosed shall be a
matteI' of public record.
en ~.... for Aldlae and AbeWDt!. The sanctions in Section 2-410 ec) shall also aODly
to allY party or 98J1ies aidin, and sherlin, in any violation of thil Division.
(,) R.-.lallon aad DIscrimination Barred. A Covered BmolovCf shall not dischlU'2.e.
reduce the conwensation. or otherwise discriminate apinat .,.y Covered Bmolovee for
mAki.., . coft\Plaint to the City. or otherwiac ulCltin, his or her rillhtl under this
Divilion. participatin, in any of itl proceedinp or usiDl any civil remedies to enforce
his or her rilJhts under this Division. Allesr8tiona of retaliation or dillCrimination. if found
true in a proceedin, under paragraph (b) or by a court of competent iurilldiction under
para....h (c). shall Msult in an order of restitution and reinstatement of a dischanlCd
Covered Blnplovec with back ~y to the date of the violation or such other relief as
deemed aoolOoriate.
70f9
:
(h) Enfol'eement Pow... If necessary for the enforcement of this Division. the Citv
'~"'III.'1.. Commission may issue sub.poenas. co1'flpc1 the attendance and testimony of
witnOllea and oroduction of books. DaoeJ'I. recorda. and documents rel.tin, to pavroll
MCords necessary for hearinR. inveati,ations. and omceedinp. In cue of disobedience of
the lub,poenL the City Attorney may awly to a court of comoetent jurisdiction for an order
requirin2 the attendance and testimony of witneues and production of books. ~n.
recorda. and documents. Said c~rt. in the case of the refu,al to o~y such lubgoena. after
notice to the pellon sutJ,poenaed. and upon findinJ that the attendance or testimony of such
witnesses of the production of such books. D_"II. records. and documents. u the C8Ie mlU'
be. is relevant or necessary for such hearin,s. investiptions. or proceedin,s. may iaue an
order requirin2 the attendance or testimony of such wilneasea or the production of such
documents and anv violation of the court's order ~y be punishable by the court as contanpt
theJeof.
(j) ReIIIecU. Benin Non.Exdulve. No rmnedv set forth in this Division il intended to
be exclusive or a prerequisite for aasertin, I claim for relief to enfOlq' the dlhts under this
Division in a court of law. This Division shall not be constn1ed to limit an ~Iovce's right
to brinK a common law cause of8ction for wronafuJ termination.
SECI'ION 2. REPEALER.
All ordinances or parts of ordinances in conflict herewith be and the same arc hereby
repealed.
SECTION3. SEVERABILITY.
If any section, subsection, clause, or provision of this Ordinance is held invalid, the
remainder shall not be affected by such invalidity.
SECTION 4. CODIFICATION.
It i. the intention of the Mayor and City Commillion of the City of Miami Beach. and it is
b~by ordained that the provisions of this Ordinance shall become and be made a part of the Code
qr the City of Miami Beach, Florida. The sections of this Ordinance may be returned.
80f9
SECTION 5. EFFECTIVE DA TEt
This Ordinance shall take effect on the 28tb day of Aprl1 , 2001.
PASSED and ADOPrED this..!!!!!.. day of April, 2001.
A TrEST:
JJii2 MAYOR
J41u.J' f1cL ~
CITY CLERK
bt reading
2nd AlIding XX
Ordinance No. 2001-3301
APPROVED AS TO
FORM &LANOUAOB
"FOR BXECU110N
r-~'-
--....---.......---
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 6,
ENTITLED "L1VING WAGE REQUIREMENTS FOR CITY
SERVICE CONTRACTS AND CITY EMPLOYEES"jBY
AMENDING SECTION 2-408(b), ENTITLED "HEALTH
BENEFITS", THEREIN, TO PRESCRIBE A MAXIMUM
PERIOD OF TIME FOR THE "EUGIBILlTY PERIOD", 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, SEVERABILITY, CODIFICATION, AND AN
EFFECTIVE DATE.
WHEREAS, the City award, contracts to private firms to provide serVices for the
public and also provides financial assistance to promote economic development and job
growth: and
WHEREAS, such expenditures of pUblic money also serve a public purpose by
creating jobs, expanding the City's economic base, and promoting economic security for all
citizens: and
WHEREAS, such public expenditures should be spent only with deliberate purpose
to promote the creation of full-time. permanent jobs that aHow 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 theirempioyees with social services such as health
care. housing, nutrition, and energy assistance; and
WHEREAS. the City has 8 responsibility when spending public funds to set a
community standard that permits full-time workers to live above the poverty line. and
therefore, contractors and subcontractors of City service contracts must pay their
employees nothing less than the living wage herein described; and
WHEREAS, in addition to requiring living wages for City services provided by private
firms. the City wishes to serve as an example by providing a living wage to all City
em~n. .
NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH. FLORIDA AS FOLLOWS:
SECTION 1. AMENDMENT OF CITY CODE
That Section 2-408(b), entitled "Health Benefits., of Division 6, entitled "living Wage
Requirements for Service Contracts and City Employees", of Article VI, entilled
"Procurement", of Chapter 2, entitled "Administration, of the Miami Beach City Code Is
hereby amended to read as follows:
Chapter 2
ADMINISTRATION
.. .. ..
Article VI. Procurement
.. .. ..
Division 6. LiVing Wage Requirements for Service Contracts and City Employees
.. .. .. - -
8EcnON 2-408. LIVING WAGE
. . .
(It) W..lth a'Relle. For a Cet.wed EMpleyer or the City te &empty wilh the liviAII V'Jf:lle
pf8t:isieA 9y sheosiRg to pay 'he lewer 'nage seale aveUable wheA a Ceveres iMpleyer
aleo pAWIdes ~ealth beAds, suGh ~ealth BeAefits s~all _A.llt sf p&yllleM sf al least
$1.21 per hewr tevlfJR:I. *e pFe'JisleA 9f health 88M beAeIIIs fer C8\'sred IiMpteyee. SAd
U:1eir depeAElents. If the heallA beRRIs plaA 9ftAe CWl8re( am".r or Ite City ,.."wiF8S
SA IAllial peRed sf empleyfRent fer a R8\\' empleyee te 8' eligible fer health Bene.
(eliglbll~ peRed) .ush Ceve," limpleyer er Clay may "ual~ te pay the $8.1& per heur
tlMlle leale duFlAg the Aevl emp.e'l eligibility peR,", plVWieEI the A8V/ empleyee \"AlIlJe
paid "ealth seRe. ..peA GempletleA sf the el.~1I11y peFied. Preef ef the pNWsieA ef
health B8Aefil8 m.,.t be submitted te IAe al,,4Ji8N1R18U"'8FIIy te ,,_11y fer the -nage rate fer
eMployee. V'Jith health beAe'..
lb} He. Benefits: ellalblltv Derlod. For a Covered EmDlover or the CIlv to comDlv with
the IlvInD waDe Drovlsion bv chooslna to DaV the lower waae scale available when a
Covered EmDlover also Drovides health benefits. such health benefits shall consist of
paYment of at least 51.25 Def hour toward the provision of health benefits for Covered
Emoloveett and their deDendents.
If the health benefits olan of the Covered EmDlover or the CitY l'8Quints an initial oerlod of
emDlovment for a new emDlovee to be ellaible for health benefits (ellai~lIIty period) the
Ilvina waae Drovislon shan be comDlied with as follows durina the eliGibilItY oertod:
(1) Provided the new emplovee wi be DaJd heallh benefits UDon the comDietion of
the ellalblltv Deriod. a Covered EmDlover or the CItY mav onlY aualify to DaY the
$8.56 per hour waae scale for 8 term not to exceed the first ninety (JK)) deys of
the new emDlovee's elIGibility cerlod. said term commenclna on the emDlovee's
date of hire.
(2) If the Covered EmDlover's or the City's eliaiblllW oerlod exceeds the ninety (90)
day term Drovided In subsection l1l 8~, then the Covered Emplover or the
City. commencing on the ninety first (91 1 dav of the new emDlovee's eligibility
Derlod. must commence to Dava living wace of not less than 59.81 an hour.
Proof of the Drovision of health benefits must be submitted to the awardina authority to
~uallfv for the waae rate for emDlovees with health benefits.
SECTION 2. REPEALER.
All ordinances or partl of ordinances in conflict herewith be and the same are hereby
repealed.
SECTION 3. SEVERABILITY.
If any section, subsection. clause, or proviSion of this Ordinance Is held invalid. the
remainder shall not be affected by such Invalidity.
SECTION 4. CODIFICATION.
It Is the intention of the Mayor and City Commission of the City of Miami Beach, and it Is
hereby ordained that the provisions of this Ordinance shall become and be made a part of
the Code of the City of Miami Beach, Florida. The sections of this Ordinance may be
retumed.
SECTION 5. EFFECTIVE DATE.
PASSED and ADOPTED this 30th
day of
, 2003.
ATTEST:
MAYOR
~~ f /A.tflU"
CITY CLERK
......~....
1st reading
2nd reading
",~Atl1O
POIIMaLAN8UAGI
.ICIIIDICUIION
TMGENOA~gul.r\l.lvIng Wage Prob Per 04 03 ard.doc
~~