Loading...
HomeMy WebLinkAboutAppleone Employment ;1. 00& - :; b Ot?( . 0~c, - elF PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND APPLEONE EMPLOYMENT SERVICES 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 ~ day of JIWIJII1WJ, 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 APPLEONE EMPLOYMENT SERVICES (hereinafter referred to as Contractor), a California corporation, whose address is 990 Knox Street, Torrance, California, 90502. 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/eave. 2 SECTION 3 COMPENSA TION 3.1 FEE Contractor shall be compensated for the Services, as set forth in Section 2 and Exhibit "A", based on the temporary personnel services provided, as needed, by the City. The hourly rates set forth in this Agreement shall remain fixed and firm for the duration of the Agreement, subject to negotiation based on Consumer Price Index - Urban Areas (CPI-U) or City's Living Wage Ordinance (as same may be amended) rate increases. 3.2 COMPLIANCE WITH CITY'S LIVING WAGE LAW Contractor acknowledges that it shall be required to compliance with the City's Living Wage Ordinance, pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time. At the commencement of this Agreement, pursuant to the City's Living Wage Ordinance currently in effect, Contractor shall be required to pay all employees who provide services pursuant to this Agreement, a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits for a total minimum value of $9.81 an hour, or a living wage of no less than $9.81 an hour without health benefits. Contractor's failure to comply with this provision shall be deemed a material breach under this Agreement, under which the City may, at its sole option, immediately terminate the Agreement, and may further subject Contractor to additional penalties and fines, as provided in the City's Living Wage Ordinance, as may be amended. The most recent copy of the City's Living Wage Ordinance is attached as Exhibit B hereto; notwithstanding the preceding, it shall be Contractor's sole responsibility and obligation to familiarize itself with the Living Wage Ordinance, as well as any subsequent amendments thereto. 3.3 TEMPORARY TO PERMANENT In the event that that the City, at its sole discretion, elects to employ a temporary employee, no fee and or penalty of any kind (resulting from the change in status of the temporary employee from temporary to permanent), shall be assessed by the Contractor. 3.4 INVOICING Contractor is required to furnish the following information on its invoices for temporary personnel supplied to the City: - Purchase Order number issued by the City's Procurement Division - Department and location within the City of temporary services provided - Full name of individual performing the service - Job classification - Number of hours worked, by date 3 All invoices are subject to verification, approval, and processing by the City department requesting the temporary personnel. 3.3 METHOD OF PAYMENT Payments shall be made for Services satisfactorily rendered within thirty (30) days of the date of proper invoice. Contractor shall provide invoices in duplicate to the manager or department head of the City department utilizing the temporary personnel for which the invoices are for. With a copy to: City of Miami Beach Accounts Payable Department 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONTRACTOR With respect to the performance of the Services, the Contractor shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. In its performance of the Services, the Contractor shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, State of Florida, and Federal Government. 4.2 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein. 4.3 DURATION AND EXTENT OF AGREEMENT The term of this Agreement shall be for an initial term of two (2) years commencing on the last date of execution of the Agreement by the parties hereto. At its sole discretion, the City may renew this Agreement upon the same terms and conditions, for up to two (2) additional one (1) year renewal options, upon thirty (30) days written notice to Contractor (such notice to be provided prior to the end of the initial term or a renewal term, as the case may be). 4.4 TIME OF COMPLETION The Services to be rendered by the Contractor shall commence upon receipt of a Purchase Order from the City, subsequent to the execution of the Agreement. The Services shall be ongoing for the Term of the Agreement, on an as needed basis. 4 4.5 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its employees, agents, sub-contractors, or any other person or entity acting under Contractor's control, including without limitation any and all temporary personnel assigned to the City pursuant to this Agreement, in connection with the Contractor's performance of the Services pursuant to this Agreement; and to that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1%) of the total compensation to the Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's Indemnity Agreement. The Contractor's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4.6 TERMINATION. SUSPENSION AND SANCTIONS 4.6.1 Termination for Cause If the Contractor shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular terms of this Agreement and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City, upon thirty (30) days' notice to Contractor, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right 5 to bring permissive counter claims against the City in any such action. 4.6.2 Termination for Convenience of City NOTWITHSTANDING SECTION 4.6.1, THE CITY MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN REQUEST FOR PROPOSALS NO. 37-04/05, TOGETHER WITH ALL AMENDMENTS THERETO, AND CONTRACTOR'S PROPOSAL RESPONSE, ATTACHED HERETO, SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONTRACTOR'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BY THE CITY AT ITS DISCRETION, UP TO THE DATE OF TERMINATION. PROVIDED, HOWEVER, THAT AS A CONDITION PRECEDENT TO SUCH PAYMENT, CONTRACTOR SHALL DELIVER ANY AND ALL DOCUMENTS, MATERIALS, ETC, TO CITY, AS REQUIRED HEREIN. 4.6.3 Termination for Insolvency The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment forthe benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.6.2. 4.6.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City, Miami- Dade County, and / or the State of Florida, as applicable, may determine to be appropriate, including but not limited to, withholding of payments to the Contractor under the Agreement until the Contractor complies and/or cancellation, termination or suspension of the Agreement. In the event the City cancels or terminates the Agreement pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.6.2. 4.7 CHANGES AND ADDITIONS Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Contractor. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City. 6 4.8 AUDIT Contractor shall keep such records and accounts and require any and all subconsultants to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hour charge to the City. All books and records relative to the Agreement, and the Services to be provided herein, shall be available at all reasonable times for examination and audit by the City and shall be kept for a period if three(3) years after the completion of all work / Services to be performed pursuant to this Agreement. The City reserves the right to perform audit investigations of the Contractor's payroll, and any other records, of employees assigned to the City. The City's audit rights shall include, without limitation, ascertaining Contractor's compliance with screening, interviewing, testing, and training requirements( pursuant to subsection 2.3) and the City's Living Wage Law. Contractor shall maintain any and all records necessary to document compliance with the provisions of this Agreement, and shall make available to the City, upon request; such records for audit and examination relating to all matters covered by this Agreement. 4.9 INSURANCE REQUIREMENTS Contractor shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. (Any exceptions to these requirements must be approved by the City's Risk Management Department prior to implementation of same): 1. Commercial General Liability: A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000 Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. 2. Worker's Compensation: A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws as required per Florida Statutes. Said policies of insurance shall be primary to and contributing with any other insurance maintained by the Contractor or City, and shall name the City and the officers, agents and employees of said organizations as additional insures under this Agreement. Policies cannot be canceled without thirty (30) days prior written notice to the City. The Contractor shall file and maintain certificates of all insurance policies with the City's Risk Management Department showing said policies to be in full force 7 and effect at all times during the term of the Agreement. No work shall be done by Contractor during any period when it is not covered by insurance as herein required. Such insurance shall be obtained from brokers or carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by the City's Risk Manager prior to commencement of any work or services under the Agreement. If any of the required insurance coverages contain aggregate limits, or apply to other operations of the Contractor outside the Agreement, Contractor shall give City prompt written notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. The Contractor shall further take immediate steps to restore such aggregate limits or shall provide other insurance protection for such aggregate limits. 4.9.1 Failure to Procure Insurance Contractor's failure to procure or maintain required insurance coverage shall constitute a material breach of Agreement under which City may, at its sole option, immediately terminate the Agreement. 4.10 ASSIGNMENT, TRANSFER OR SUBCONTRACTING The Contractor shall not subcontract, assign, or transfer any work under this Agreement in whole or in part, without the prior written consent of the City. 4.11 SUB-CONTRACTORS The Contractor shall be liable for the Contractor's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of any and all sub-contractors, and any other person or entity acting under the direction or control of the Contractor including with out limitation, any and all temporary personnel provided in the City pursuant to the terms and conditions of the Agreement. When the term "Contractor" is used in this Agreement, it shall be deemed to include any sub-contractors and any other person or entity acting under the direction or control of Contractor. For the purpose of this Agreement, Contractor acknowledges and agrees that any and all temporary personnel assigned by Contractor to provide services to the City pursuant to this Agreement shall be deemed to be independent contractors and not agents or employees of the City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the City, or any rights generally afforded Classified or Unclassified employees. Further, each personnel shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the City, or accumulation of sick or annual leave. 8 4.12 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, physical handicap, or sexual orientation. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are' treated during their employment without regard to their race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, disability, or sexual orientation. 4.13 CONFLICT OF INTEREST The Contractor agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly are employed by the Contractor. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.14 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Contractor or its employees or sub-contractors, without the prior written consent of the City. 4.15 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). 9 Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: AppleOne Employment Services Attn: Kenneth W. Landau 990 Knox Street Torrance, CA 90502 (301) 516-1572 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 forthe 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 "An 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 By: t2Itw ~ f lU,Jw.. City Clerk Robert parChe~ / I 7(~~ Date I yor David Derm;; ~6 Date I ATTEST: FOR CONTRACTOR: APPLEONE EMPLOYMENT SERVICES ATTEST: By: ~ 4:-Li-- ./ se~:lct 7\1 f1 ~ President .. ~6R. ~.M...8H" fA) ~ 0 '1.11 Print Name ~~/o' Date Attachments: Exhibit "A" -Request for Proposals No. 37-04/05, Addendum No. 1 thereto, and Contractor's response to the Proposal. Exhibit "B" - City of Miami Beach Living Wage Ordinance No. 2001-3301 and Ordinance No. 2003-3408. APPROVED AS TO FORM & LANGUAGE & FOR EX CUTJON 12 $~\P,Q~ :::=E~ H \ BiT' ~ Miami Beach ***** ......CIIJ '111'.' CITY OF MIAMI BEACH to - 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 PamelaLeja@mlamlbeachfl.gov PHONE: (305) 673-7490 FAX: (305) 673-7851 RFP NO. 37-04/05 DATE: 813/05 1 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov PROCUREMENT DIVISION - Telephone (305) 673-7490 Facsimile (305) 673-7851 Request for Proposals (RFP) No. 37-04105 Sealed Proposals will be received by the City of Miami Beach (the "City"), Procurement Division, Third Floor, 1700 Convention Center Drive, Miami Beach, Florida, 33139, on August 31, 2005 until 3:00 p.m. for: TEMPORARY PERSONNEL SERVICES At time, date, and place above, Proposals will be publicly opened. ANY PROPOSAL RECEIVED AFTER TIME AND DATE SPECIFIED WILL BE RETURNED TO THE PROPOSER UNOPENED. The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis", as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. A PRE-RFP SUBMISSION MEETING IS SCHEDULED FOR AUGUST 16 AT 10:30 AM. IN THE CITY MANAGER'S LARGE CONFERENCE ROOM, LOCATED AT CITY HALL, 1700 CONVENTION CENTER DRIVE, 4TH FLOOR, MIAMI BEACH, FLORIDA Attendance at the aforementioned pre-RFP submission meeting is NOT mandatory, but strongly encouraged as a source of important information. The City has contracted with Bid Net as our electronic procurement service for automatic notification of bid opportunities and document fulfillment. We encourage you to participate in this bid notification system. To find out how you can receive automatic bid notifications or to obtain a copy of this RFP, go to www.aovbids.com/scriDts/southflorida/Dublic/home1.asD or call toll-free 1-800-677-1997 ext. 214. Any questions or clarifications concerning this RFP shall be submitted in writing by mail or facsimile to the Procurement Division, Attention: Pamela Leja, 1700 Convention Center Drive. Miami Beach, FL 33139, or FAX: (305) 673-7851, or e-mail: RFP NO. 37-04/05 DA TE: 8/3/05 2 CITY OF MIAMI BEACH PamelaLeia@miamibeachfl.aov. 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 COMMUNICATION(S) REGARDING THIS PROPOSAL MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE "CODE OF BUSINESS ETHICS" IN ACCORDANCE WITH RESOLUTION NO. 2000-23879. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000- 3234. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE LIVING WAGE ORDINANCE NO. 2001-3301. ALL EMPLOYEES WHO PROVIDE SERVICES COVERED BY THE RFP, SHALL BE PAID A LIVING WAGE OF NO LESS THAN $8.56 AN HOUR WITH HEALTH BENEFITS, OR A LIVING WAGE OF NO LESS THAN $9.81 AN HOUR WITHOUT HEALTH BENEFITS. YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS SUBJECT to THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THA T THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRED TO REGISTER AS A LOBBYIST, AND AS OF MAY 18, 2002, ACCORDING TO ORDINANCE NO. 2002-3363, ALL LOBBYISTS AND PRINCIPALS MUST FILE A FINANCIAL DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE. Detailed representation of all these ordinances can be found on the City of Miami Beach Website at http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro.asp. CITY OF MIAMI BEACH :-- ~.",.' Gus Lopez, CPPO, CPPB Procurement Director RFP NO. 37-04/05 DATE: 8/3/05 3 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov m 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 detach this sheet from the RFP documents, complete the information requested, and return to the address listed above. NO PROPOSAL SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: _Our company does not handle this type of product/service. _We cannot meet the specifications nor provide an alternate equal product. _Our company is simply not interested in bidding at this time. _Due to prior commitments, I was unable to attend pre-proposal meeting. _ OTHER (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a proposal 2! this completed form, may result in your company being removed from the City's bid list. RFP NO. 37-04/05 DA TE: 8/3/05 4 CITY OF MIAMI BEACH TABLE OF CONTENTS SECTION 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: 113105 5 CITY OF MIAMI BEACH SECTION I - OVERVIEW AND PROPOSAL PROCEDURES: A. INTRODUCTION/BACKGROUND The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "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 ~n special projects. The Mayor and City Commission at its July 27, 2005 meeting, authorized the Administration to issue this RFP for a Temporary Personnel Services. B. RFP TIMETABLE The anticipated schedule for this RFP and contract approval is as follows: Pre-Proposal Submission Meeting August 16,2005 at 10:30 a.m. Deadline for receipt of questions August 19,2005 by 5:00 p.m. Deadline for receipt of Proposals August 31,2005 by 3:00 p.m. Evaluation Committee meeting September 2005 Commission Acceptance of City Manager's October 2005 Recommendation, and Authorization to Enter Into Negotiations, and Contract Awards C. PROPOSAL SUBMISSION An original and ten (10) copies of complete proposal must be received by August 31, 2005 by 3:00 p.m. and will be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the Proposer's name, address, telephone number, RFP number and title, and proposal due date. The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the Proposer. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. PROPOSALS RECEIVED AFTER THE PROPOSAL DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. RFP NO. 37-04/05 DA TE: 813/05 6 CITY OF MIAMI BEACH D. PRE-PROPOSAL SUBMISSION MEETING A PRE-RFP submission conference has been scheduled as follows: Date: August 16, 2005 Time: 10:30 a.m. Place: City Manager's Large Conference Room located at City Hall, 1700 Convention Center Drive, 4th Floor, Miami Beach, Florida, 33139. E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA The contact person for this RFP is Pamela Leja at phone: 305-673-7490; fax: 305-673-7851; or e-mail: PamelaLeja@miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or consultant and the Procurement Division is limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the Procurement Coordinator, with a copy to the City Clerk, no later than the date specified in the RFP timetable. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations other than those made in this RFP or in any written addendum to this RFP. Proposers should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. F. MODIFICATIONIWITHDRAWALS OF PROPOSALS A Proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date and time. Modifications received after the proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the proposal due date or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date and letters of withdrawal received after contract award will not be considered. G. RFP POSTPONEMENT/CANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, Proposals; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any Proposals received as a result of this RFP. RFP NO. 37-04/05 DATE: 813/05 7 CITY OF MIAMI BEACH H. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Proposals to the City, or any work performed in connection therewith, shall be the sole responsibility of the Proposer(s) and shall not be reimbursed by the City. I. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what alternative is being offered. The City, at its sole and absolute discretion, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the Proposer to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. J. SUNSHINE LAW Proposers are hereby notified that all information submitted as part of a response to this RFP will be available for public inspection after opening of Proposals, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". K. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require Proposers to give oral presentations based on their Proposals. The City reserves the right to enter into negotiations with the top- ranked Proposer, and if the City and the top-ranked Proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the second-ranked Proposer. This process may continue until a contract has been executed or all Proposals have been rejected. No Proposer shall have any rights in the subject project or property or against the City arising from such negotiations. L. PROTEST PROCEDURE Proposers that are not selected may protest any recommendation for selection of award in accordance with City of Miami Beach Ordinance No. 2002-3344 which establishes procedures for resulting protested RFP's selection for awards. Protest not timely pursuant to. the requirements of Ordinance No. 2002- 3344 shall be barred. RFP NO. 37-04/05 DA TE: 813/05 8 CITY OF MIAMI BEACH M. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers are expected to be familiar with, and comply with, all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the Proposer will in no way relieve it from responsibility for compliance. N. DEFAULT Failure or refusal of a Proposer to execute a contract following award by the City Commission, or untimely withdrawal of a proposal before such award is made and approved, may result in forfeiture of that portion of any surety required as liquidated damages to the City. VVhere surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. o. CONFLICT OF INTEREST All Proposers must disclose with their proposal the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer or any of its affiliates. P. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed herein, in addition to disqualification of their Proposals, in the event of such non-compliance. Q. PROPOSER'S RESPONSIBILITY Before submitting proposal, each Proposer shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract documents, and will not be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the Proposer. RFP NO. 37-04/05 DA TE: 813/05 9 CITY OF MIAMI BEACH R. RELATION OF CITY It is the intent of the parties hereto that the successful Proposer be legally considered to be an independent contractor and that neither the Proposer nor the Proposer's employees and agents shall, under any circumstances, be considered employees or agents of the City. s. PUBLIC ENTITY CRIME (PEC) A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. T. CONE OF SILENCE Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are hereby advised that the Cone of Silence requirements listed herein shall apply. u. DEBARMENT ORDINANCE Proposers are hereby advised that this RFP is further subject to City of Miami Beach Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to review the City's Debarment Ordinance. Debarment may constitute grounds for termination of the contract, as well as, disqualification from consideration on any City of Miami Beach RFP, RFQ, RFLI, or bid. v. PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS Pursuant to Section 38-6 of the City Code, no person who is a vendor to the City shall give a campaign contribution directly, or through a member of the person's immediate family, or through a political action committee, or through any other person, to a candidate, or to the campaign committee of a candidate, for the offices of mayor or commissioner. No candidate, or campaign committee of a candidate for the offices of mayor or commissioner, shall solicit or receive any campaign contribution from a person who is a vendor to the City, or through a RFP NO. 37.04/05 DATE: 813/05 10 CITY OF MIAMI BEACH member of the person's immediate family, or through a political action committee, or through any other person on behalf of the person. This prohibition applies to natural persons and to persons who hold a controlling financial interest in business entities. w. CODE OF BUSINESS ETHICS Pursuant to Resolution NO.2000-23879 each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. x. AMERICAN WITH DISABILITIES ACT Call 305-673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305-673-7080. Y. ACCEPTANCE OF GIFTS, FAVORS, SERVICES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFP NO. 37-04/05 DA TE: 813/05 11 CITY OF MIAMI BEACH SECTION II - SCOPE OF SERVICES A. GENERAL The City of Miami Beach is seeking to enter into contracts for Temporary Personnel Services, on an "as needed basis", as specified in this RFP, from qualified Temporary Personnel Agencies. Temporary personnel are needed to cover for regular City employees who are on vacation or leave of absence; to temporarily fill vacancies until they are permanently filled; and to work on special projects. B. TERM OF CONTRACT The contracts shall commence after the approval of the Mayor and City Commission . and shall remain in effect for a period of two (2) years. Providing that the successful Agencies will agree to maintain the same terms and conditions of the contract, the contracts may be extended for an additional two, one-year periods at the City's sole discretion. C. LIVING WAGE Pursuant to Section 2-408 of the Miami Beach City Code, all employees, who provide services covered by this RFP, shall be paid a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards health benefits for a total value of $9.81 an hour, or a living wage of no less than $9.81 an hour without health benefits. D. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT The successful Agencies' hourly rates offered in their proposal submission shall remain fixed and firm during the term of their contracts, subject to negotiation based on Consumer Price Index - Urban Areas (CPI-U) or Living Wage Ordinance rate increase. E. PAYMENT All Agencies supplying temporary personnel services to the City are required to furnish the following information on Agency invoices for the personnel supplied: 1. Purchase Order number issued by the City's Procurement Division 2. Location of temporary services performed 3. Full name of individual performing the service 4. Job classification 5. Number of hours worked, by date The invoices are subject to verification, approval, and processing by the department requesting the temporary personnel. RFP NO. 37-04/05 DATE: 8/3/05 12 CITY OF MIAMI BEACH F. WEAR OF UNIFORM When temporary personnel are assigned to working events with the general public, they will be required to wear a uniform or a vest with the Agency's name and logo on it. G. TEMPORARY TO PERMANENT In the event that the City employs a temporary employee, damage fees (temporary to permanent charge) shall not be assessed. H. PAYMENT The basis of the amount of the payment shall be the hourly rate per hour times the number of hours worked. Overtime will be considered after forty (40) hours of work per week according to the Fair labor Standards Act. The hourly rate quoted includes all overhead, profit and benefit costs to the Agencies, including employee's hourly rate, which will be in accordance with the City's living Wage Ordinance. I. PERSONNEL INTERVIEW AND SELECTION The City's representative(s) and successful Agencies shall mutually agree on the job description, minimum qualifications, duties and responsibilities for each position as needed. The City has the option to request more than one person at a time for any specific assignment to interview and select the best candidate for that specific assignment, at no cost to the City. J. MIAMI BEACH ONE STOP CAREER CENTER All temporary personnel services firms that are being recommended for award have agreed to work with the One-Stop Career Center to recruit potential employees. By working together with the Center, the City can insure a larger pool of qualified workers, and support the work of the Center in helping secure gainful employment for unemployed and under employed Miami Beach residents. K. QUALIFICATION In the event that any personnel from the successful Agencies assigned to the City are found to be unqualified for any specific assignment, the City has the right to return such employee at no cost to the City. The City shall be the sole judge of the individual's qualification and its decision shall be final. RFP NO. 37-04/05 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 DepartmenUDivision to notify the temporary Agencies prior to a temporary employee working on Saturday, Sunday, Holiday or any overtime. M. EMPLOYEES ARE RESPONSIBILITY OF AGENCIES All employees of the Agencies shall be considered to be, at all times, the sole employees of the Agencies under its sole direction and not an employee or agent of the City. The Agencies will supply competent and physically capable employees. The City may require the Agencies to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on the City's property is not in the best interest of the City. Each employee shall have and wear proper identification. The employees utilized under the resulting contract will be provided with and shall follow all policies and procedures of the City. N. SCREENING, INTERVIEWING, TESTING AND TRAINING The Agencies will be responsible for screening, interviewing, testing and training to include, but not be limited to: 1. In-depth interview that includes job preferences, experience, goals, interests, attitudes, motivation and other work-related attributes. 2. Job-related tests to include typing and communication skills. 3. Background checks to include drug testing, criminal checks, and credit history (for positions that may require the handling of City funds). 4. Verification that their employees are not convicted sex offenders. 5. Training employees on the City's Service Excellence program. o. AUDIT The City reserves the right to perform audit investigations of the Agencies' payroll and related records of employees assigned to the City to ascertain that such employees' records indicate payment received for the specific hours worked for the City pursuant to the Living Wage requirements. P. TEMPORARY POSITIONS The required listing of temporary positions and their associated job descriptions is included in this RFP and labeled "Temporary Personnel Services Position Descriptions." RFP NO. 37-04/05 DA TE: 8/3/05 14 CITY OF MIAMI BEACH SECTION III - PROPOSAL FORMAT The items marked by an asterisk (*) are required as part of the Proposal. If these items are omitted, Proposer must submit within five (5) calendar days upon request from the City, or the Proposal shall be deemed non-responsive. All other items must be submitted with the Proposal or it will be deemed non-responsive. 1. *Table of Contents Outline in sequential order the major areas of the proposal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. *Prooosal 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: 8/3/05 SECTION IV - EVALUATION CRITERIA The procedure for proposal evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of proposals. 3. Opening and listing of all proposals received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each proposal in accordance with the requirements of this RFP. If further information is desired, proposers may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager the proposal or proposals acceptance of which the Evaluation Committee deems to be in the best interest of the City. An Evaluation Committee appointed by the City Manager, will recommend the most qualified Agencies based on the following criteria: Evaluation Criteria/Factors Weiaht Experience and qualifications of the Agency... . . . . .. .. . . . . . . . . .. ... .. . ... . . . . . . . .. . . . .30 points Screening, interviewing, testing and training program.............................. .20 points Proven performance of providing qualified and productive employees... ... ... .30 points Bi iii ng ra tes.. . .. . '" . .. .. . .. . .. . ... ... ... ... ... . . . ... .. . .. . ... ... .. . .. . .. . . .. . .. . .. ... .. . . .. . .. .. 20 poi nts 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 DA TE: 8/3/05 16 CITY OF MIAMI BEACH 8. Negotiations between the selected proposers and the City Manager take place to arrive at a contract or contracts. If the City Commission has so directed, the City Manager may proceed to negotiate a contract or contracts with a proposer or proposers other than the top-ranked proposer or proposers, if the negotiations with the top-ranked proposer or proposers fail to produce a mutually acceptable contract or contracts, within a reasonable period of time. 9. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. 10. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected proposer(s) has, or have, done so. Imoortant Note: By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. RFP NO. 37-04/05 DATE: 813/05 17 CITY OF MIAMI BEACH SECTION V - GENERAL PROVISIONS A. ASSIGNMENT The successful proposer shall not enter into any sub-contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute default by the successful proposer. B. INDEMNIFICATION The successful proposer shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attomeys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful proposer, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful proposer shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. C. TERMINATrON 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. rERMINA TION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful proposer of such termination, which shall become effective thirty (30) days following receipt by proposer of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful proposer in accordance with the Agreement for all services actually performed by the successful proposer and reasonable direct costs of successful proposer for assembling and delivering to City all documents. No compensation shall be due to the successful proposer for any profits that the successful proposer expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful proposer upon a termination as provided for in this section. RFP NO. 37-04/05 DATE: 8/3/05 19 CITY OF MIAMI BEACH SECTION VI- SPECIAL TERMS AND CONDITIONS INSURANCE: Successful Proposer shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Any exceptions to these requirements must be approved by the City's Risk Management Department: Commercial General Liability. A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000. Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. Worker's Compensation. A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws as required per Florida Statutes. Said policies of insurance shall be primary to and contributing with any other insurance maintained by Selected Proposer or City, and shall name the City and the officers. agents and employees of said organizations as additional insured while acting within the scope of their duties but only as to work performed by the Selected Proposer under this Agreement. This policy cannot be canceled without thirty (30) days prior written notice to the City. The Selected Proposer shall file and maintain certificates of all insurance policies with the City's Risk Management Department showing said policies to be in full force and effect at all times during the course of the Agreement. No work shall be done by the Architect during any period when it is not covered by insurance as herein required. Such insurance shall be obtained from brokers of carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by City prior to commencement of any work or tenancy under the proposed Agreement. If any of the required insurance coverages contain aggregate limits, or apply to other operations or tenancy of selected Proposer outside the proposed Agreement, selected Proposer shall give City prompt written notice of any incident. occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. Selected Proposer shall further take immediate steps to restore such aggregate limits or shall provide other insurance protection for such aggregate limits. FAILURE TO PROCURE INSURANCE: Selected Proposer's failure to procure or maintain required insurance program shall constitute a material breach of Agreement under which City may immediately terminate the proposed Agreement. RFP NO. 37-04/05 DA TE: 8/3/05 20 CITY OF MIAMI BEACH SECTION VII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO THE CITY 1. Proposer Information 2. Acknowledgment of Addenda 3. Fee Proposal Form - Proposer shall submit their own Pricing Proposal form, pursuant to the "Personnel Services Position Descriptions" herein. Proposers are not required to submit pricing for all positions/job classifications. 4. Declaration 5. Questionnaire RFP NO. 37-04/05 DATE: 813/05 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 aU Proposals, to make awards on aU 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 shaU be deemed to understand and agree than no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (Printed Name) RFP NO. 37-04/05 DA TE: 813/05 22 CITY OF MIAMI BEACH ACKNOWLEDGMENT OF ADDENDA REQUEST FOR PROPOSALS NO. 37-04/05 Directions: Complete Part lor Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of Staff Member Date Proposer - Name Date Signature RFP NO. 37-04/05 DA TE: 8/3/05 23 CITY OF MIAMI BEACH DECLARA TION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this day of ,2005. The undersigned, as Proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this proposal is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach, Florida, for the performance of all requirements to which the proposal pertains. The Proposer states that this proposal is based upon the documents identified by the following number: RFP No. 37-04/05 SIGNA TURE PRINTED NAME TITLE (IF CORPORATION) RFP NO. 37-04/05 DA TE: 8/3/05 24 CITY OF MIAMI BEACH 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 CorDoration: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: RFP NO. 37-04/05 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: 8/3/05 27 CITY OF MIAMI BEACH Questionnaire (continued) B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, state same.) 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Proposals. (Use additional sheet if needed) RFP NO. 37-04/05 DATE: 813/05 28 CITY OF MIAMI BEACH Questionnaire (continued) The Proposer understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the Proposer to be true. The undersigned Proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Proposer, as may be required by the City Manager. The Proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the Proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESS: Signature Print Name WITNESS: Signature Print Name WITNESS: Signature Print Name (CORPORATE SEAL) Secretary RFP NO. 37-04/05 DATE: 8/3/05 IF INDIVIDUAL: Signature Print Name IF PARTNERSHIP: Print Nam.e of Firm Address By: General Partner Print Name IF CORPORATION: Print Name of Corporation Address By: President Attest: 29 CITY OF MIAMI BEACH VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS Item TEMPORARY PERSONNEL SERVICES 1. Secretary I I Two years experience in secretarial and clerical work. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi-ethnic/multi-cultural environment. Minimum 40 wpm. 2. Secretary II/Administrative Assistant Three years advanced experience in secretarial and clerical work including transcription, dictation and executive level experience. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi- ethnic/multi-cultural environment. Minimum 40 wpm. 3. Clerk Tvoist - Responsible and varied clerical work involving moderately complex work methods and procedures. Requires proficiency in the use of the word processor and/or typewriter. Must type 40 correct words per minute based on dept. needs. 4. Clerk I Must possess basic typing and computer experience and good people skills. Dependability and self motivation, work flexible schedule, including weekends and evenings. Must have ability to work in a multi-ethnic/multi-cultural environment. 5. Clerk " One year experience in general clerical work, possess computer software experience and good people skills. Dependability and self motivation, work flexible schedule, including weekends and evenings. Must have ability to work in a multi-ethnic/multi-cultural environment. RFP NO. 37-04/05 DA TE: 8/3/05 30 CITY OF MIAMI BEACH 6. Clerk III Three year experience in skilled typing and general clerical work, accounting & bookkeeping. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi-ethnic/multi-cultural environment. Must type a minimum of 40 wpm. 7. Bookkeeoer / Accountinc 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. I 8. 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. 9. Customer Service ReDS / 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-culturalenvironment. 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 DA TE: 8/3/05 31 CITY OF MIAMI BEACH 13. Plumber Skilled work at the journeyman level as plumber with certificate of competency as a journeyman in the plumbing trade. 14. Service Worker Advanced and responsible- manual labor duties of a skilled nature. ! 15. A1C Mechanic Skilled work at the journeyman level in the installation, maintenance and repair of air conditioning equipment, and related apparatus. 16. Painter Skilled painting work at the entry level in the construction, maintenance and repair of city facilities. 17. Buver Specialized technical, clerical and administrative work in the purchasing of assigned commodities. Reviews purchase requests, assists with procurement problems, and solicits quotations. Enters information for issuance of purchase orders. RFP NO. 37-04/05 DATE: 8/3/05 32 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.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. Seotember 6. 2005 at 3:00 om Eastern Time. 2) A breakdown of the hourly rates that were submitted under City of Miami Beach Invitation to Bid No. 55-00/01 In September 2001 Is attached. Not all of these agencies are currently providing services to the City. 3) Questions and Answers: Question #1: Will the City provide a breakdown of expenditures to temporary agencies for the past year? Can this be broken out by office work vs. outdoorltradesman/manual labor? Answer #1: In round numbers, the City paid approximately the following dollar values to temporary personnel agencies: FY2005 FY2004 FY2003 $1.1 million $1.3 million $1.2 million There exists no specific breakdown of the number of temporary employees that the City utilized or currently utilizes, that can be provided in a report format. It is estimated that at about 50% of the City's expenditures to temporary personnel agencies have been for office work; and about 50% have been for outdoorltradesman/manual labor type positions. Question #2: As there are various methods of performing them, how extensive should the background checks be that the agencies perform? Are backgrounds performed at both the State and Federal level? How does the City handle foreign national background checks? Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel Answer #2 The City conducts a background check consisting of a criminal background. This would include a check for the state of Florida. and any other states in which the person has lived. If a nationwide check is done, this would pull up any information about the person that was ever entered into the jUdicial system anywhere within the United States. It would not include anything that they may have done abroad if they came from another country. The City has no way of obtaining accurate information regarding an international criminal check. It is also mandatory to screen to see whether the person is a registered sexual predator. Question #3: 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, i.e. domestic violence, crimes of a sexual nature, etc. Some of these individuals may be working with or around children, and so we need to be mindful of the children's safety. We also look for crimes involving perjury or falsification of documentation or information. Question #4: Can you address the issue of performing background checks on foreign nationals, and the questionable feasibility of performing accurate checks in other countries? Answer #4: The only way that any international criminal background information can be obtained, is if the country in which the crime was committed has communicated this information to Interpol. (Interpol is like a clearing house which logs criminal information about people from other countries. This is usually done only by countries that have a relationship with Interpol. It is not pOSSible to verify the accuracy of any of the information that Interpol receives.) If Interpol has received any information, they would communicate this to the United States via the F.B.I. Thus, a nationwide check would reveal such information. Question #5: 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: GS/MS Contirm Test Level Initial Test Level Amphetamines Cocaine Metabolites Marijuana Metabolites Opiates Phencyclidine 1000 ng/mL 300 nglmL 50 nglmL 2000 nglmL 25 ng/mL 500 ng/mL 150 ng/mL 15 ng/mL 2000 ng/mL 25nglmL 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 ..... Q o o Lb It') en .- w () ~ w en ..J w Z z o en 0:: w Q.. ~ ~ o Q.. ~ W .- W () u:: lL. o - = ~ 0 0 0) 0 0 0 co 0 0 It) ~ <0 0 N ~ It) It) It) N C'I .- ~ aq N "- N CC! 0) N N .- N 0) ~ 0: M . N C'? <0 ...t N ... ,.... .....: a) ...t M M .- ,..: iii C'? UJ .- .- ..- .- .- .- .- .... .- .- .- .- .- .- ..... .- .- ..... ..J flit ... ... flit .,. flit ... W W ... W flit flit flit W W W W (.) - - ~ ~ It) . C'? 0 C") .<0 0 0 It) ~ ~ . ~ 0 0 ~ C'f .- It) v co """: N 0 <( It) ~ """: <0 .... C'? N M iii N N M Iti ... M .- N .... <0 N N UJ ..... .- .... .... .- .... .... .... .... Z .... .... .... .... .- .... .... .- ..J en w w W flit flit W flit W tit W W flit W W W flit (.) - ~ It) It) ~ f3 8 It) <0 0 8 :g 0) U) f8 ~ ~ ~ ~ 0: ~ N <0 .- oct, < N ~ W .... M .- M ...t N N N ..;. Z ... N .- N .... -.i .... N .... .... .- ..- .... .... .... .... ..- .- .... .- .- .... .... .... .... ..J .,. flit W W .,. W flit flit W W .,. .,. w .,. .,. ... 6It (.) , ~ ~ It) It) M 0 0 8 CD .... It) U) ~ It) f8 N It) ,.... ~ oct, C'f ~ co "'lIt, .... It) .... <( It) ~ II? CD C'? ~ .... M .... cot) U) N N N u; z ... M .... N .... cD M N .... .... .- .- .- .... .- .- .... .... ..- .- .... .- ..- .... ..... 0: .,. W 6It tit flit W 6It 6It flit flit W W 6It flit flit flit 6It W ..J (.) - i .- 0 co co 0 ~ 1e ~ 0 It) f3 N 0 ~ It) It) It) ti oct, N <0 .- <0 v < C'? It) 0 0) 0) 0) N ..;. N iii oi ... N "" ex) z cD cD ...t cD .... cci C M 0: .- .... .- .... .... ..- .- ..... .... ..- .- .- .- .... .- ~ .... flit flit 6It tit W flit flit flit tit flit W flit flit flit W W (.) W U) - i .. 0 It) <0 0 0 0 N U) It) :g ~ 0 ~ ~ It) ~ ~ ti 0 N N co co N v co N ~ N N N cot) N CO; cD ... N N ,..: ... M M M .... .....: cD N 0: .- .... .- ..- - .- .- - .... .... .- .- .- .- .- - - U flit flit flit W 6It flit W 6It 6It flit .,. flit 6It .,. 6It flit 6It UJ U) fn I fa Q jlll a. i w I m I~ ~ I u ~ i ii: ~ >- i w fil I II! i D: 01 i ~ ~ :I I ~ ; 1 ~ 'fit w 5 i -I ~ ~ fn I ;5 ! .. ~ In ie I Q ~ ~ :;:, .z tn ~ ~ IU ~ ~ ~ I ~ !:i I (I) Q ! 2 ! :IE ~, :;:, i ~ I ~! :c u Q fn .- N C") "It ." cg .... CO G) 0 ... N C") "It U) CD .... 00 ... ... ... ... ... ... ... .... .... ... ~ 1 , ~ u ') It) '0 .- ..... S2 o ~ It) ~ w U ~ w (JJ ...J W Z Z o ~ W 0... ~ ~ o Q,. ::E w I- W (,) u:: u.. o '" e ,.... i 0 CO ~ N 0 U) ~ CO 0 8 I() <0 W N N ~ ~ ~ <'! ... <( Q) 00 <( co en ~ "': >- ... U; ..- CW; N u-) ,.... ~ cO z 0) co M z &ri ori u; .... ::;) N .... ..- N ow- .... ..- ..- .... .... ..- ..- .... ..- ~ ID ..- .. .. w w '" w W tilt .. tilt .. .. .. tilt .J W z- N to ,.... :8 0 0 e CD e It) ,.... co ~ U) g U) z% ,.... N co Q) N N (J) ... ~ It) N .... 0:( en en 00 ~ cd M cO cO oct .; c-; cO ~ ~ U; Z ..- cO 0 M rnw ..- ..- ..- ..- ..- ..... .... ..- ..- ..- ..- ..- .... .... N ..- a::~ .,. .,. W W ... '" .. ... .. tilt ... .. tilt .. .. tilt W a. ~ ~ i e Q) i 0 to co ~ <<I) U) f3 e N 0 e N 0:0 N ..- 0 CD ,.... N <( I() N 0:( &q 0r- e N ~! ~ ...t N c-; ~ N N N cO Z ~ cD M z .... cO ...t II) - ..- ..- ... .... ..... .... ..- .... .... ..- ..... ..- ..- .... ..- 2 - .,. w w '" w W tit W ... '" ... '" '" .. .. :i 0 0 ~ z 3", 0 U) ,.... ('I) e II) co CD 8 It) S co N I() 0 co a.w ..,. N ~ II) 0 ~ .... l") <( I() ~ <C ~ co M co 2a. ...t M ,... c-; ...t N N N ,..: z ~ ,..: ..- Z or- cO M N 00 .... ..- .... ... .... ..- ,... .... .... .... .... ..... .... ..... ..- .... 0 ... .. .. tit .. .. .. tit .. tilt tilt .. tilt ... tilt .. ~ rn u - ~~ wo: a.w ~ U) .... co 8 ~ 0 ~ 0 U) ~ ~ ~ ~ N U) N U) W.J N co ... N ~ Q) &q Q) U) en Wo aD cO N iii cO Lri ..; M 00 aD 0) lri cd II) .... cO ai M ~~ .... .... ..- ..- .... .... .... ..- ow- ..- ..- ..- ..... .... .... .... .... ..... OU .. .. .. ... .. .. .. w .. .. .. .. ... .,. tilt .. ... w o~ a:a U) I en a Ii a. " LII !t1 m ~i w fn g ~ " Z i2 5 c ~ ~ iL 0 j I w a e i II! 5 at: S 25 5 II. Z ~ "0 I ~ r: ~ I ! I aiL ~J II. z i .. i I; !I ~ li! ~ J 0 w 0 Ill: Ii! IZ ell ~ ~ ~ ~ I w i2 III I B .I ~ ~ t- ; !:; aen . Q ! 2" ::I ~ ~ I ~S ::I CD C 0 u c " fn ~ N CW) .. an CD .... CD 0. 0 ... N C"'I ~ It) CD ..... CD 'I"" 'I"" 'I"" - - ~ 'I"" - 'I"" ) U) '5 N .~ ..... S2 o ~ 10 m !:: w o :> tr w en -oJ w Z Z o en tr w a. >- 0= ~ o a. ~ w ~ c W N :J c( o w a. en 0 ~ ~ ~ N 0 0 0 < Q) ~ ~ CIC? <{ 0 ~ cO IIJ Z at) to ('l') 0 Z ~ ..... ..... N ..- ~ :=E .". .". W W ~ a: w ~ a: i ~ ~ Q) 0 g ~ ~ ~ 0) N W N &ri N lri . ..... ..... ew) ..- ..- ..... ..... ..... ..... ~ ..- 0 .". .". .. .. .. .". .". ~ W 0 ac II ~ ~ 8 0 0 <{ c( CD co < :I z ,..: z cO cO L6 lci z :::I I;l ..... ~ ..... a ..J .. ... a.. j 0 0 N 0 0 It) ii <{ Q) c( Q) 0 CD ~ ~ to- Z ,..: Z cO cO lci Q) U ~ ..... ~ ..... ew) w .. .. .. ..J W D: W to- g ~ 0 0 It) z ~ c( 0 CD ..... c( J . z ('l') cD lci d z ('II ..... ~ ..... &l .. tit tit f w ~ m ~ 0'1 '" i! ifi~ 0Q i j, t S i~ I&. ~ ~ Ii ~ i ~ 25 ~ Iii~ w ., In 8'" ~ ...e! ! r :;) 51 i :! ~ Ji z ::) .... N C'1 "lit CD at 0 .... .... .... .. " I . ~ " It) '0 ew) - 8 [b ~ '() "I'"" ~ 9 ~ &I) II) t- W o ~ w en ..J w Z z o ~ w a.. - >- .0:: ~ o a.. ~ w t- o W N ::::; <( o w a.. en II) '0 "'It u ~ fd 0 :a c( <( <( <( <( c( co <( D: Z Z Z Z Z z d z ~ 61 z f en a2 It) :\I~ <( ~ c( c( c( <( CO) ~ z z z z z aO mid C") .,. ::z::lE U) I t I It) c( ~ <( < c( <( N ~ :;:) z z z z z ,...: 0 f:l ..., 5 :l :lE D: W &I) i 0 8 a 0 ~ <( ..... N ~ c( z z . N Iri Iri M ..- Z ~ ~ ..- .... u ..- f:l 4IIt .. .. tit ~ A. W ::E ~c en w I!! I! ~~ fIIQ Q II! w II II. z (I) 81 S Ii ~ ~ 5 i ie ~ ~ i ~ ~I I :::a i - 2 ~ z :) ... N C") . eo G>> 0 ... ... ... t- . a: - w~ ~ !CL a 1.&.:;) ~ l z~ <0 ..,. ~o ~ a: D. V') .... (J 8 ~ ~ u; Ll) :a ..,. 0r- e 0 0 ab I 8 II) u; CD ~ t- W 0 ~ w UJ ....I 8 w fJ z an z U Ll) 0 ~ UJ ~ w a. >- ~ ~ 0 ~ 0 0 ~ Q. Q :::E ~ w t- ....I ~ (J z i 0 J: a:: 0 0 w Q ari :a II) w fn fit t- I ! i D. W ...I 0 ! 0 0 ID ari 0 II) &&. (J fit Z C . ~ II) ~ '0 :lIC: II) .... t: 0 0 UI 0 W g .... r:L ..... 0 64 W a. .. ;c ! 0 0 W u; .... :i ~ 0:: wf 8 ...10 ~.... ~ o~ Q ~ ~(I) a::~ 8 fi:2 a UlW wa:: (J ~ ~ 0 0 0 Lri - II) 0 fit C) ~ z i 0 8 I J Bt ~ D. 0:: rJ ~ ! 8 1&1 fn ~ ~ t- Z ~ 1&1 ~ ::; 0 w ~ 0 ~ ..... IIn 0 z~ 0 ~ ~~ a: W t- 8 U) IU c:i t- ~ ..: ~ z 0 (.) IL 0 0 Z ..I i ! 8 ! d Q :g ~ IS ~ A. a: II: ~ s~ 0 w 0 fI) j t- fne z d w ::; fn 0 w ~ 2 , ~ ..... ~ 0 a:: 0 :;) N U m w CI) w a:: :;) .... 0 u 0 w N .... ~ :r e ~ z 52 a:: ~ ~ z w 0 w 0 z ~ a z w z 0 ~ 0 0 t- ! !!l z :i ~ 0 ~~tr 8 Qoo z~a.. ,..: :z: a.. N (J :;) fit WzCl) ~ t- 2 I D.. ;i.CI) :;) fn o::X: ~ ~ _0 ZW . J:I- s: (J ~~ Z :I: .... (J W t- o ~ffi 0 -0 0 za.. a :Z:..J OW W::x: .... ... ~ ~ .... I a:: 0 -.... 8 Zw ~Gi ad fa ><.... i z Z :J - :E ~ .... w :. Gi w .... 0 E 0 0 ad ~ ID 64 2S x Z Z :J :;) w ~ ~ I: ~ ...... ilPPI.eGnll Government Services Division 990 Knox Street, Torrance. CA 90502 Tel (310) 516-1572 Fax (800) 539-2228 www.appleone.com September 2, 2005 City of Miami Beach Procuremen t Division 1700 Convention Center Drive, Third Floor Miami Beach, FL 33139 Attention: Mr. Gus Lopez, CPPO, CPPB Procurement Director Dear Mr. Gus Lopez: AppleOne's Government Services Division welcomes the opportunity to present our response to your Request For Proposals number 37-04/05. As the largest privately-held human capital management company in the United States, AppleOne has over 400 points of operation throughout the United States and Canada to provide service to several large enterprises and Government Agencies regardless of location, without sacrificing quality and cost-effectiveness for our clients. Our Government Services Division is currently servicing several public entities on the local, state and federal level. Additionally, AppleOne was named as the Large Business Partner of the Year for 2004 by the United States Department of the Treasury. It is our goal to provide the City of Miami Beach with excellent service that provides lasting solutions while remaining cognizant of the taxpayer's dollar. AppleOne has an impressive menu of options available that will allow us to configure a unique staffing program for the City of Miami Beach. We intend to do everything necessary to ensure that your experience with AppleOne is both positive and long-term. AppleOne will service the City of Miami Beach from the Miami branch office. This branch is located at 10361 NW 41st Street, Miami, FL 33178. Additionally AppleOne maintains a network of branches throughout Florida, which can assist with providing additional support for the City. A member of the Miami office is available to the City of Miami 24 hours a day by calling (305) 591-8883. If you have any questions regarding the enclosed, please feel free to contact me at (310) 516-1572. For further information on our services, you can also access our interactive website at www.appleone.com. Thank you for considering AppleOne for your staffing needs. We look forward to working with you. Sincerely, ((. "(.~~ Kenneth W. Landau Director of Government Services TABLE OF CONTENTS Section I ..................................................... ......................................... ........... Proposer Information Section II ....................................................................................... Acknowledgement of Addenda Section III.. ...................................................... ................ ................................. . Fee Proposal Form Section IV .................................. ............................................ ........ ................................ Declaration Section V......................... ........................................................................................... Questionnaire Section VI ........................................................................ ............................... .Required Responses Section VII.................................................................List of AppleOne Branch Offices In Florida Section VIII............................................................ .................. ........ Sample Orientation Brochure Sample Invoice & Management Reports PROPOSER INFORMATION Submitted by: Howroyd Wright Employment Agency, Inc. dba AppleOne Employment Services Proposer (Entity): Howroyd Wright Employment Agency, Inc. dba AppleOne Employment Services Signatu~~ f Name (Typed): Marc Goldman -- ----.... Address: 990 Knox Street City/State: Torrance, CA Telephone: (310) 516-1572 Fax: (800) 539-2228 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 an2int during the aforesaid evaluation/selection process until and unles ntract h bee agreed to and signed by both parties. , c September 2, 2005 (Auth (Date) Marc Goldman (Printed Name) RFP NO. 37-04/05 DATE: 8/3/05 22 CITY OF MIAMI BEACH ACKNOWLEDGMENT OF ADDENDA REQUEST FOR PROPOSALS NO. 37-04/05 Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: Addendum No.1, Dated August 24, 2005 Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of Staff Member Date Howroyd Wright Employment Agency, Inc. dba AppleOne Employment Services /}zJz?i,:ame September 2, 2005 Date ---- ----- RFP NO. 37-04/05 DATE: 8/3/05 23 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov ro PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 August 24, 2005 ADDENDUM NO.1 Request for Proposals (RFP) #37-04/05 FOR TEMPORARY PERSONNEL SERVICES The following additional information as a result of inquiries from individuals is hereby forwarded: 1) The due date for the submission of Proposals has been extended to Tuesdav. September 6. 2005 at 3:00 pm Eastern Time. 2) A breakdown of the hourly rates that were submitted under City of Miami Beach Invitation to Bid No. 55-00/01 in September 2001 is attached. Not all of these agencies are currently providing services to the City. 3) Questions and Answers: Question #1: Will the City provide a breakdown of expenditures to temporary agencies for the past year? Can this be broken out by office work vs. outdoorltradesmanlmanual 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 outdoor/tradesman/manuallabor type positions. Question #2: As there are various methods of performing them, how extensive should the background checks be that the agencies perform? Are backgrounds performed at both the State and Federal level? How does the City handle foreign national background checks? Addendum #1, 8/24/05 RFP 37-04/05 Temporary Personnel Answer #2 The City conducts a background check consisting of a criminal background. This would include a check for the state of Florida, and any other states in which the person has lived. If a nationwide check is done, this would pull up any information about the person that was ever entered into the judicial system anywhere within the United States. It would not include anything that they may have done abroad if they came from another country. The City has no way of obtaining accurate information regarding an international criminal check. It is also mandatory to screen to see whether the person is a registered sexual predator. Question #3: What is the City looking for in a background check? Answer #3: We are looking for any crimes that the person may have committed. We look at the disposition and look for a disposition of "guilty". If the disposition is adjudication withheld, or if the person pled nolo contendere, then we will consider the nature of the crime, when it was committed, and the overall picture. We look for things like violent crimes, Le. domestic violence, crimes of a sexual nature, etc. Some of these individuals may be working with or around children, and so we need to be mindful of the children's safety. We also look for crimes involving perjury or falsification of documentation or information. Question #4: Can you address the issue of performing background checks on foreign nationals, and the questionable feasibility of performing accurate checks in other countries? Answer #4: The only way that any international criminal background information can be obtained, is if the country in which the crime was committed has communicated this information to Interpol. (Interpol is like a clearing house which logs criminal information about people from other countries. This is usually done only by countries that have a relationship with Interpol. It is not possible to verify the accuracy of any of the information that Interpol receives.) If Interpol has received any information, they would communicate this to the United States via the F.B.1. Thus, a nationwide check would reveal such information. Question #5: What type of drug testing must be performed on all temporary personnel prior to assignment to the City? Answer #5: A five panel test, which must have negative results, consisting of the following: GS/MS Confirm Test Level Initial Test Level Amphetamines Cocaine Metabolites Marijuana Metabolites Opiates Phencyclidine 1000 ng/mL 300 ng/mL 50 ng/mL 2000 ng/mL 25 ng/mL 500 ng/mL 150 ng/mL 15 ng/mL 2000 ng/mL 25 ng/mL Addendum #1, 8/24/05 RFP 37-Q4/05 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 ....... B r) r \() It) .... o . :: ~ 0 0 0) 0 0 0 U) 0 0 It) 0 CD 0 N N It) It) It) N N ..- ~ ~ N "" N <0 0) It) N N ..- It:! C\l 0) C) r:t:: M ..t N ('") CD -.i N -.i ,..: ,..: 0) -.i M M ..- ~ Lri ('t) W ..- .... ..- .... ...- .... ..- .... .... .... .... .... .... .... ..- ..... .... .... .J ~ ~ ~ ~ ~ ~ ~ 0 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ (.) - ~ ~ It) ...,. ('") 0 C") <0 0 0 It) "'='" 00 "'='" N 0 0 "'='" C'f ..- It) ~ ~ ...... C'! 0 <( It) 0 ~ ": It:! ...... <0 "'='" ~ ...... ('") N M It) N N C") Lri z ..t M ...... N ...... <0 N N w ..- ..- .... ..- ..... ...... ...... ..- .... .... ..... .... ..... ..... ..- .... ..- .J 0 Ef) ~ Ef) 0 ~ Ef) ~ Ef) Ef) ER 0 ~ Ef) 0 0 ~ (.) - ~ It) It) 00 ('") 0 It) <0 0 0 It) 0) It) <0 N It) 00 "'='" Q: C'1 C'f ~ It) 0 CO ...... "<l: 0 ~ It) C\l C'1 It) It:! C) O? ...,. W ..... ('") ..... M -.i N N N ..t '<i N ..... N ...... ..t ...... N ...... .... ..... ..- ..... .... ...... ...- ..- .... ..... ..- ..- .... ..... ..... .... .J 0 ~ 0 ~ 0 0 0 ~ Ef) ~ ~ 0 ER 0 0 ~ 0 0 , I- U) s: ~ It) It) ('") 0 0 ~ <0 ..... It) It) ~ It) <0 N It) ,... ...,. "'=': C'f ~ 00 -.:t ..... It:! ..... <( It:! C'1 It) It:! CC? C") -.:t: ~ .... ('") ...... M u) N N N Lri z "<t M ..- N ..... CO M N ...... ...... ...... ..- .... ...... ...... ..... ...... ...... ...... ..- ..... ...... ...... ..... ..- D:: 0 ~ 0 ~ 0 Ef) ~ ~ ~ 0 ~ 0 0 0 ~ 0 0 W .J (.) - - >- ~ ...... 0 00 U) 0 "<t ~ <0 0 It) M N 0 N It) It) I() "<t C'f <0 ..- CD 00 ~ ...,. <( ('") It) Lq 0 Lq 0) C? 0) w N "<t N Lri m '<i N (\') cO z cO cO ...,. cO ..- cO 0 M ..- ..- ...... ..- .... ...... ...... ...- ..... ..... ..- ..- ..- ..... ...... N ..... D:: 0 Ef) ~ Ef) 0 0 0 ~ 0 0 0 0 ~ 0 ~ 0 Ef) 0 W U) - ~ ~ 0 I() <0 0 0 0 N It') It) It) ~ 0 "<t N It) 00 ~ 0 C'f N ~ ~ N "'='" 00 N <( It:! N "'=': ~ N <0 W N (\') N ('") (0 '<i N N ,..: z ...,. M c-? M ...... ,..: to N Q: ..... ..... ..... ..- ..... ..- ..... ...- ..... ..- ...... .... ..... ..... .... ..... ..... CJ Ef) ~ ~ 0 ~ ~ Ef) ER 0 ~ 0 ~ ~ ~ ~ 0 ~ W U) en f en 0 0 a. w C) w w >W :I ~ 2: CJ z en 2 0 !~ ~ w i ~ ii: ii: ~ > 0 W 0 t- ::::i(!) c ~ ~ en IX w Q &l. 0 W ~ 00 ~ ~2 '0 W ~ ~ w :l ~ rx &l. 2 i ~ U IL i CCW en t- ~ A-~ ~ ::;) aU:: en i2 IX rx olJ 0 0 0 enz II.. z ~ ::1:1 &l. :;:)3: IL ~ C 0 rx A- en ,2 en ~ IU:! w 0 IL :;:) ;i ~o ~ ~ ~ 2 ~ 0 w f w i2 w ; (,!)en S :E j jj2 ..J t- ::E t- o w 13 c ! IX :I :! 0' 0 ..J :) W IX ~ :5 z~ 3: ::;) m ~ IX ~ 0 u C IQ :)w (.) ~ en ... N M . II) co ..... co eft C ... N M . It) CD ,... 00 .... ... ... ... ... ... ... ... ... ..... ~ o o I lC) lC) CD I- W () ~ w en ..J w Z Z o en a:: w a. & ~ o a. ~ w f- W () u:: u. o ..... ~ t'b ~ (1 II) o N ~ N 0 r-- 0 0 CO '<t N 0 LO .q- c.o 0 0 LO CO W "": N ~ ~ '<t: '<t C! CO '<t: <( 0) 0 ClC! <( CO 0 0) ~ > '<t Iri T""" M N t.ri r-- ..t- CO Z oj cO (\') Z t.ri ..t t.ri T""" ::) N ..... ..... N T""" ..... T""" T""" .... ..- ..... T""" ..- T""" N m T""" ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ...J W Z - N LO ,.... c.o 0 0 0 CO 0 LO ,... CO f?! II) 0 II) Z:r ,.... N CO ~ ~ N <'! ~ '<t: <( ~ N ..... <( 0) (\') 0) 00 ..t- IC CV; CO CO oo:i '<t ('I) CO Z .q- oo:i t.ri z T""" cO ci (tj enw T""" T""" ..... T""" T""" ..... T""" T""" ..- T""" ..... T""" ..... ..... N ..... ~,... ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ W J1. Z 0 ~ C 0 0) 0 0 LO CO CO II) LO (\') 0 ~ 0 0 N a::S2 'lit <'! ..... CO 0 ~ ,.... CO N <( LO LO N <( ..... 0 N enZ ..,; '<t N (tj oo:i- N N N cO z ..t- cO (tj z ..... cO ...t- Iri O::J .... ..... ..... T""" ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..- ..... :IE tit- ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ :e 0 0 .... Z 3~ 0 II) ,.... ('I) 0 II) CO c.o 0 LO ~ CO N II) 0 CO a..W '<t N ~ LO 0 ~ ..... ('I) 0 <( LO ~ c( ~ CO CW? c.o ::E1lL ...t (tj T""" cv; ...t- N N N ,...: z ...t- ,...: ..... Z ..... cO (\') N 00 ..... ..- ..... ..... ..... ..... ..... T""" ..- ..... T""" ..... ..... ..... ..... .... 0 ~ ~ ~ ~ ~ ~ ~ ~ En ~ En ~ En ~ ~ ~ a:: en 0 - a::~ W~ D.W CO II) ..... CO 0 g 0 CO 0 It) 0 '<t 0 CO N II) N LO W-' ('I) N CO ..... 0) N .q- '<t: 0) It) ('I) It) ('I) ~ 0) II) 0) WO t.ri cO N t.ri cO t.ri ...t CV; CO cO oi t.ri cO t.ri ..... 00 oi (tj ~.... ..... ..... T""" ..... ..... ..... ..... ..- ..- ..... ..... ..... ..... ..- ..- ..- ..... ..... ~CJ En ~ ~ En ~ ~ ~ ~ ~ ~ ~ ~ ~ En ~ ~ ~ ~ 8~ m fI) z fI) 0 c a.. 0( w C) w w ji ~ ~C) ~ 0 z fI) 2 g ~ ~ i ~ ii: << ~ >- W 0 0 a.. ~ fI) a: w c LI. i It: W W 00 2 LI. '0 W ;! ~ W ~ W ~ ~ i~ z J!! :;)2 O(W fI) ~ U ~ a.. 2 ~ ::l aiL fI) ii: a: a: olJ :IE~ !O 0 ~ ...1&. fl)2 I&. 2 0 ~ .... ::l~ ~ W 0 W 0 a: ::) a.. fI) ~i .2 fI) i w~ E!: ~ I&. ~ Z W W W ~o 0( 2 ~ w i2 (!)en fI) S 2 j ii: ~ ~ I- :IE ~ !:i c w 0 2 a: o' i ::) w w ~ '2 -> ::) tD ~ a: a: :5 20:: B U tD ::)w ~ 0 SZ en .... N C") 'lit It) CD .... co C>> c .... N (\') 'lit It) CD .... co ... .... .... .... .... .... .... ... ... ...... o - o 9 1.0 1.0 m I- w t) & w en -J w Z z o en 0::: w 0.. >- 0::: ~ o 0.. ~ W I- W t) u.. u.. o .~ ~ ( 1-- t 'vi ~ Q o " LO LO m .... w o ii: w UJ ...J W Z Z o UJ (t: W 0.. >- (t: ~ o 0.. ~ W .... o W N ~ c( <3 w 0.. UJ g ~ 0 N N 0 0 0 ::c <C O'l O'l O'l ~ ~ 00 <C (,) roo: u:i to ci w Z to M Z <'II ..... ...... <'II ..... ~ :E ~ ~ ~ ~ ~ ~ It: w llil: a:: 0 co 0 0) 0 0 ~ 0 ~ ~ ~ II) O? N 0 q W N lIS N ari .... ..... ..... CW; ..... ..... ..... ..... ..... ..... N ..... (,) ~ ~ ~ ~ ~ ~ ~ ~ ~ w en a:: w 0 N 8 0 0 m 4: 0) <C 0) co <0 <C :E z roo: z cO to u:i ari z ;:) ~ ..... N ..... M -I ~ ~ ~ ~ 4- ~ (,) 0 N 0 0 II) 0: 4: O'l <C O'l 0 ~ ~ <C I- Z roo: z cO to II) 0; z U N ..... N ..... M W ~ ~ ~ ~ ~ ...J W a:: w f- a 0 0 0 II) z 4: <C ~ 0 ~ ..... <C W Z ~ Z M cO II) ci Z A- N ..... N ..... M ~ ~ ~ ~ ~ ~ In ~ At W 2 ~ 0 W ~ i2 Z~ 0a ::;~ D. >w C ~Z a:: We ~ I~ LI. Z 0 ~ SF: ~ ;:) ~ aU: :3< ... i c LI. Ujl f~ < tu~ W ~~ In ~ ! w (.:)0 ~:E ~ !:i a z ...~ ~~ :::l :5 !: :::;) ID e .:;; c Z ;:) .... N C"') ..,. GO en C) .... .- .... .. It) 15 ('IJ - ~ ~ Y1 ~ Q o o I It) It) m ~ w o ~ w (J) -I W Z Z o (J) ~ w a.. ~ ~ o a.. ::E w ~ o W N ::i < o w a.. (J) 0 i ::r: 0 w 0 ~ ct ct ct ct <( ct ClC! ct ~ z z z z z z 0 z w ~ ..J :i:II:: Z ii: a. U) ~~ It) ~~ c( c( c( ct <( c( ~ ~ t;D z z z z z z CO C") WW Efl ::r:~ en ~ 2 >- w Z LO a: c( ~ c( <( <( <( N <( :;) Z Z Z Z Z ,...: Z 0 ~ ; Z 0 ~ ::E 0:: II) w C) 0 0 0 0 t- c( ,... C) N 0 q <q <( z z ..t N .0 .0 M ..... Z ~ N ..... ..... N ..... C") Efl Efl Efl Efl Efl Efl en ~ IlL W ::& ~" en w I!! i: z~ tne e ~ wZ w ~~ LL Z U) ~z I!! ::&Q to- ~~ LL ::) ... aiL f3~ ~ ~ 0 ~ ti~ Z tIl 2z ~ w ~ffi en . ~ ::I. w CJen z I!!~ ~ e ! ...~ ~ z3t ~ a:I 0 ~ e Z ::) .... N M "'It 00 en 0 .... .... .... It) '0 'It '- G a l') I- , . a: ,wo ~8: 0 q 1&,:) ~ z~ (") CO ~ ~o a: D. ..J U 8 .., ~ lri It) ~ ~ 0 8 ~ lri ~ It) ~ 0 0 0 0 lci (3 l.C) ~ 0 N 0 m lci c It) ~ 0 c 0 a: m 0 w C lci ~ 0 It) ~ ! ! ~ ~ D. W ....I 0 ! 0 0 m lri 0 l.C) ~ 0 ~ z Cl ~ w (,) It: ~ 'I'" 01- f3~ 0 0 ~ci Lri ~~ ~ a: w In 8 w 0 I- ~ ...: ~ z 0 0 D. " 0 ~ ....I ~ W 0 ~ 0 ~ 0 c l.C) CD ~ C) w 0 ~ a: D. It: 0:: ~ W > II>> 0 w 0::4( q 0 Wm 0 .... 0C CD Z ....I ~ W a ::; 0 0 w U It: f2 . ~ 'I'" t y) t: 0 0 U) 0 w g ....I Q. ..... 0 ~ W D. " C( CD C 0 0 W lri ..J CD ~ ~ 0 It: lUlU ..JD. 0 00 0 ~m ,...: It) o~ ~ C ~ I- ~CI) a: Ii: 0 0 ~o cci 0D. (") U)W ~ wo:: 0 ~ + 0 + 0 0 lci U It) ~ C) t liE ::IE 0 0 :Ii! 0 ~ N :) It) 0 ~ 8 > a: D- o:: 0 W 0 ~ i 8 w m VI :Ii! N I- ~ Z :) w rn :i > 0 w U It: 0 II.. . ~ 'I'" ~ ~ o I It) It) CD ..... W o ~ w en ..J w Z z o en 0:: w a. >- 0:: ~ o a. :::E w ..... ..J <S z J: o W ..... \I) o 10 ~ 0 if 0 ::> <'Ii u <0 W ~ C/) UJ 0: ::::) I- 0 U 0 UJ N I- <0 I ~ " u Z 0: 52 <( a: ~ ~ z UJ 0 W 0 Z cx:i C) ~ z UJ z 0 ~ 0 0 I- 0) fa (W') ~ ~ :E 0 <( , ..J~I- <(0:0: 8 Qoo z~O- ,...: J: 0- N Uw::> ~ wzC/) Ii I- 0 Q. I D. ..JC/) ::> <(J: U) Uu 0 0 ci Zw ..; :rl- Dt 0 uo Z wo- :z: I- 0 W l- I ....I~ <(C/) 0 UW -0 0 ZO- ..; J:.... N Uw ~ UJ:z: I- w U It: 0 u.. ~ 'I'" z a::: 0 0 z..J 8 ~ wLU 00> Lri ~~ CD ~ 6It Z i ::::) :E ~ ..J W :E Gj W ..J 0 I- 0 0 ~ lci :E l.C) U) 6It )( ~ z z ::> ::::l w u a:: 0 II. . llI:: '1"'. I~ 7% Mark Up on Clerical VIII. PERSONNEL SERVICES POSITION DESCRIPTIONS Item TEMPORARY PERSONNEL SERVICES 1. Pay Rates $9.81 Bill Rates $12.46 Secretary I 2. 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. Pay Rates Bill Rates Secretary II/Administrative Assistant $10.00 $12.70 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. Pay Rates Bill Rates Clerk Tvoist $9.81 $12.46 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. 3. 4. Bill Rates $12.46 5. Pay Rates Clerk I $9.81 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. Pay Rates Bill Rates Clerk II $9.81 $12.46 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 Pay Rate Bill Rate 6. Clerk III $10.00 $12.70 Three year experience in skilled typing and general clerical work, accounting & bookkeeping. Experience in meeting public and ability to deal with customers using tact, poise, patience and courtesy. Knowledge and experience in using MS Word, Excel, other MS office application programs. Must have ability to work in a multi-ethnic/multi-cultural environment. Must type a minimum of 40 wpm. Pay Rate Bill Rate 7. Bookkeeper / Accountino Clerk II $11.00 $13.97 Three years experience in accounting, supplemented by course work in accounting or bookkeeping; or any equivalent combination of experience and training. Must have ability to work in a multi-ethnic/multi-cultural environment. Pay Rate Bill Rate 8. Customer Service Reos / Comolaint Ooerator $9.81 $12.46 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. Pay Rate Bill Rate 9. Customer Service Reos / Communications Ooerator $9.81 $12.46 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. Pay Rate Bill Rate 10. Personnel Technician I $10.25 $13.02 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. Pay Rate Bill Rate 11. Caroenter $11. 00 $19.80 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. Pay Rate Bill Rate 12. Electrician $12.75 $18.71 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: 8/3105 31 CITY OF MIAMI BEACH Pay Rates Bill Rates 13. Plumber $13.00 $19.76 Skilled work at the journeyman level as plumber with certificate of competency as a journeyman in the plumbing trade. Pay Rates Bill Rates 14. Service Worker $11.00 $15.95 Advanced and responsible manual labor duties of a skilled nature. Pay Rates Bill Rates 15. A/C Mechanic $12.00 $18.72 Skilled work at the journeyman level in the installation, maintenance and repair of air conditioning equipment, and related apparatus. Pay Rates Bill Rates 16. Painter $11. 00 $20.41 Skilled painting work at the entry level in the construction, maintenance and repair of city facilities. Pay Rates Bill Rates 17. Buyer $12.50 $15.86 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: 8/3105 32 CITY OF MIAMI BEACH DECLARATION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida Submitted this ~_ day of ___September ,2005. The undersigned, as Proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this proposal is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach, Florida, for the performance of all requirements to which the proposal pertains. The Proposer states that this proposal is based upon the documents identified by the following number: RFP No. 37-04/05 .~~ -- SIGNATURE Marc Goldman ------------------ PRINTED NAME Vice President TITLE (IF CORPORATION) RFP NO. 37-04/05 DATE: 8/3/05 24 CITY OF MIAMI BEACH QUESTIONNAIRE Proposer's Name: Howroyd Wright Employment Agency, Inc. dba AppleOne Employment Services Principal Office Address: AppleOne Employment Services Government Services DivisIOn 990 Knox Street Torrance. California 90502 Official Representative: Kenneth W. Landau Individual Partnership (Circle One) <C:..orporatioy If a Corporation. answer this: When Incorporated: November 21,1968 In what State: California If a Foreign Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-Preside nt's Name: Treasurer's Name: RFP NO. 37-04/05 DATE: 8/3/05 25 CITY OF MIAMI BEACH Members of Board of Directors: None If a Partnership: N/A Date of organization: N/A General or Limited Partners: N/A Name and Address of Each Partner: NAME ADDRESS N/A N/A * Designate general partners in a Limited Partnership N/A I. Number of years of relevant experience in operating similar business:Ryears 2. Have any similar agreements held by Proposer ever been canceled? Yes ( ) No (x) If yes, give details on a separate sheet. RFP NO. 37-04/05 DATE: 8/3/05 26 CITY OF MIAMI BEACH Questionnaire (continued) 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: No 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No (x) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not (x) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: None 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: See following page RFP NO. 37-04/05 DATE: 8/3/05 27 CITY OF MIAMI BEACH Questionnaire (continued) B. List all judgments from lawsuits in the last five (5) years: See attached page. C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: None 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, state same.) None 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Proposals. (Use additional sheet if needed) .None RFP NO. 37-04/05 DATE: 8/3/05 28 CITY OF MIAMI BEACH City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Following is the pending litigation and settled cases for AppleOne Employment Services: Complaint filed against Yancy Tarrant AppleOne Employment Services, Inc. in October of 2004 in Tarrant v. 153-207211-04 County, County, Texas, for direct hire AppleOne Texas employment. There is no trial date endin . Ashlynn / Bradley Los Angeles May 16,2005. No trial date v. BC333507 AppleOne County, California pending Crittenden u.S. District Court, Northern District v. CV-05-J-1387-S of Alabama, Settled June 27,2005 AppleOne Southern Division Testa v. Los Angeles Howroyd Wright BC296877 Settled May 2005 Employment County, California Agency, Inc. Washington 6:05-CV -443- U.S. District, v. ORL-18DAB Middle Florida, Settled April 2005 AppleOne Orlando Division 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 J IF CORPORATION: Howroyd Wright Employment Agency, Inc. dba AooleOne Emolovment Services Print Name of Corporation Michael A. Hoval Print Name 327 West Broadway, Glendale, CA 91204 By: ~~~~ ,! Bemar, ~w President Attest: ;~16P')C ----~-----i------------------- (CORPORATE SEAL) Secretary RFP NO. 37-04/05 DA TE: 8/3/05 29 CITY OF MIAMI BEACH City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 2. Proposal 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. AppleOne's Introduction letter is located in the front of this proposal. · Respondents shall submit documents that provide evidence of capability to provide the services required as part of their submittal package. AppleOne has included all necessary documents in this proposal. · Respondents shall indicate how many years of experience their firm has in providing temporary personnel services. AppleOne Employment Services is a Corporation. AppleOne's date of incorporation is November 21, 1968 in the State of California. Founded in 1964 by our President, Bernard Howroyd, AppleOne Employment Services has grown from a single-desk staffing agency to become the largest privately held human capital management agency in the nation, with four decades of experience from which to draw. While most major corporations expand through mergers and acquisitions, AppleOne is firmly committed to furthering our expansion through reinvestment in our national network of branch locations. Since 1995, AppleOne's branch network has grown from 81 locations, mainly in the Western United States, to over 300 locations throughout North America. This growth was accomplished while maintaining the conservative position of remaining virtually debt-free, eliminating any distraction from our main goal to provide unsurpassed customer service. Thus, AppleOne's core philosophies are reflected in our daily practices. AppleOne Employment Services is continuously seeking ways to improve the service provided to both its public and private sector clients. To that end, AppleOne has established a Government Services Division. This division is dedicated to evaluating the special needs of AppleOne public sector clients, colleges and universities, to provide lasting solutions while bearing in mind the financial responsibilities which these institutions have related to serving the needs of the people. Each of AppleOne's 300 points of operation offers a myriad of staffing services for our public sector clients. As a full-service staffing agency, AppleOne supplies temporary, temp- to-hire, and direct-hire candidates to satisfy all of your human resources demands. Each division's area of expertise delivers results for our government and institutional clients. The City of Miami Beach will be serviced by a network of branches located throughout Florida. The AppleOne branch located in Miami will serve as the Managing Branch for the contract with the City. A member of the Miami office is available 24-hours a day by calling (305) 591-8883. A list of AppleOne's Florida Branch Office is provided in Section VII of this Page 1 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 proposal. AppleOne is comprised of the following Specialized Services divisions that coordinate to deliver a multitude of staffing solutions: Government Services Division The Government Services Division was established to address the special staffing needs of Government entities and educational institutions. Each member of our Government Services Division works together as a team to research ways to provide public sector entities and educational institutions with a high quality staffing solution. A key component of this is maintaining an awareness of the value of the taxpayer dollar, and the services that residents and students expect from their dollars. Our Government Services Division is currently servicing several public entities on the local, state and federal level as well as numerous public and private educational institutions. In order to provide its clients with the highest level of service, AppleOne has specialized departments at the corporate level designed to assist each branch with specialized services. These departments include: AppleOne Temporary and Direct-Hire Services Department As our core department, AppleOne Temporary Services handles multiple job classifications, encompassing a wide range of skills from administrative and clerical to professional and customer service. Our direct-hire placement division takes the risk out of hiring direct-hire employees, with a variety of innovative, cost-effective programs, offering financial flexibility. AppleOne can recruit for virtually any position need. Accounting Advantage Focusing exclusively on accounting and financing staffing, Accounting Advantage serves as a total solutions provider. Combining four decades of specialized recruitment with a vast national database of professionals ensures Accounting Advantage delivers the best people. Accounting Advantage places candidates in direct-hire and temporary positions, ranging from junior accountants to certified public accountants, as well as other clerical positions in accounts payable and accounts receivable. At-tech With over a decade of experience, At-tech has its finger on the pulse of the rapidly shifting tech industry. At-tech provides corporate high-tech businesses with unrivaled, cost-effective solutions for their toughest technical staffing challenges. At-tech specializes in the placement of high-end technical and IT contract and direct-hire candidates so our client companies can keep pace with today's ever-changing technology. Page 2 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Pro Travel Personnel Our Pro Travel Personnel division provides customized staffing for the needs of travel agencies and corporate travel departments. Four decades of industry resources and expertise combines with the latest recruitment technology to go the distance in staffing travel professionals. AppleOne is dedicated to the uncompromIsmg belief that we serve two clients - our associates and Government entities/client companies. By devoting our full range of knowledge and experience to create 100% customer satisfaction for our client companies and Government entities, we are able to provide our associates with a wide range of job opportunities and create client-for-life relationships. By partnering with AppleOne, Miami Beach will be introduced to an impressive menu of options to choose from as we have worked diligently to tailor a staffing program that will effectively meet all your needs. · Respondents must provide documentation which demonstrates their ability to satisfy all of the RFP requirements. AppleOne submits that the information included herein clearly identifies its 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. Recruitment AppleOne utilizes many resources to find the appropriate candidate for each position that needs to be filled. Following is a summary of our recruiting methods: Job C aster This is a powerful proprietary system, which assists our recruiting professionals in writing employment advertisements. Once the job posting is composed it is broadcast to more than 75 ofthe most popular career sites on the World Wide Web. These websites include, but are not limited to, AppleOne.com, Monster, Alta Vista, AOL.com, America's Job Bank, EmployU.com, ProHire.com, Vault.com and GO Jobs. Other Recruiting Resources AppleOne maintains a roster for staffing new requirements including part-time personnel and former contractors phased out during "ramp down" periods. As well, AppleOne utilizes job fairs, referrals and print media to increase our candidate pool. Page 3 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Workplace Diversity AppleOne promotes diversity in the workplace and considers all applicants based on their skills regardless oftheir physical challenges, gender or ethnicity. Our offices continually seek to recruit temporary associates from economically disadvantaged groups through a variety of community organizations and business associations. AppleOne is always seeking new opportunities to assist all individuals; including women, minorities and the disabled in advancing their careers. We actively recruit applicants with physical and/or mental challenges, from all ethnic backgrounds, and all ages. As part of this effort to cultivate a diverse workforce, AppleOne posts job advertisements in a variety of online recruiting sites that are focused on diversity outreach. Those sites include: . Best Buddies . BET EMP . ESSENCE . Gay Financial Network . GayWork.com . HispanicOnline . Latina . Resource Partnership . Third Age AppleOne utilizes multiple recruitment methods such as aggressive advertising for new applicants and frequenting local job fairs to locate exceptional candidates. Currently, AppleOne has a large pool of bilingual candidates in our databases. Part of our application process is indicating bilingual capabilities, which we track through our Office Automation system. To complement our Instant Recruitment Network and JobCaster, for example, we utilize Hispanic media outlets such as the Vida newspaper as a recruitment tool. AppleOne has tenured, senior branch personnel who are fluent in English, Spanish and Cantonese/Mandarin for example, and we are active in various ethnic Chambers of Commerce. In addition, AppleOne branches are empowered to make flexible decisions to accommodate clients at the local level. This includes developing customized, innovative recruiting and screening programs per a client's request. Furthermore, AppleOne utilizes the Department of Labor programs, job fairs, GAIN/GROW and other similar programs to enhance the diversity of the candidates that we can provide to our clients. R~~~Mn~dhre~kwPro~~ AppleOne will ensure that the City of Miami Beach receives highly qualified candidates who will seamlessly maintain your high productivity rate. To accomplish this goal, our Strategic Sourcing Specialists conduct an extensive interview with each applicant using behavioral- evaluation techniques. Our branch staff takes the extra time to learn an individual's aspirations, talents, skill level, past experiences, preferred work environment, etc., allowing Page 4 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 the applicant to be placed in a position best-suited to him/her. The applicant's qualifications are then entered into our Office Automation system, which allows our staff to accurately match them with our client companies and government entities, all within the shortest timeframe possible. The process for registration and interviewing is as follows: AppleXpress: On-line Registration AppleOne's Web site, www.appleone.com. our on-line application, AppleXpress, improves our responsiveness by bringing the career seeker to you. This registration is accessible through our Web site, www.appleone.com. allowing career seekers with an Internet connection to fill out our application easily. AppleXpress offers a customized pre-screening process, allowing our service to meet your specific requirements. This process can include customized searches for applicants based on location, skills, education, salary range, experience, key words, and other qualifications your company may request. AppleXpress even allows our clients to search our pre-qualified candidate base from their own computers. As a further time saving measure, each applicant's information is received directly into our Office Automation 2000 database digitally, making their information instantly available to our clients, reducing the need to transcribe information into our system. Furthermore, even applicants who fill out our paper forms will still complete the process on-line, using branch location computers, significantly reducing application paperwork. As one of AppleOne's proprietary systems, AppleXpress is a revolutionary tool that allows our clients the opportunity to identify candidates, schedule interviews and dispatch temporary associates in one comprehensive solution. Office Automation Office Automation is a proprietary software system that enables AppleOne to aggregate and maintain a vast pool of qualified candidates - giving branches instant access to the right people at the right time. Through Office Automation, we can easily track and match candidates, allowing our branch offices to quickly select a pool of temporary associates from our entire national network. Providing more than simple names, resumes and contact details, it contains detailed personal profiles acquired from each expertly structured associate interview including personalities, temperaments and strengths. Through Office Automation, AppleOne can fully service our public sector clients who require support at multiple locations. Office Automation also has the ability to download resumes from the Internet or via e-mail and generate client reports. Office Automation has been installed in conjunction with our Specialist-an-Site programs at some of our largest clients to effectively manage their own contingency workforce and provide in depth reporting mechanisms. Page 5 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Interview and Verification of References AppleOne requires all applicants to provide their employment history with a minimum of two positive business-related references. Once verified by AppleOne, these references can identify past workplace behaviors and tendencies that help us determine ideal workplace environments for each individual. Documentation of references is on file and available at the corresponding AppleOne location upon request. All applicants participate in a thorough potential-hire orientation. All AppleOne policies, rules, and regulations are covered, as well as tips for success in the workplace. Upon reviewing the AppleOne orientation materials, each candidate is then tested to ensure they comprehend the orientation correctly. The prospective temporary associate must then acknowledge receipt of our policies regarding compliance with state and local regulations by signing a statement to that effect. The Evaluation Process for ScreeninJ! Candidates Maintaining the Government's high rate of job performance and productivity is one of our primary goals. To help ensure this, we evaluate each of our candidates on their skill strengths and career objectives. After our branch staffleams the candidates' long-term goals, we conduct proficiency tests. If candidates do not possess adequate skill levels, AppleOne offers cross training to enhance their skill sets. Once the individual is appropriately trained, we review our clients' lists of job descriptions and match job assignments accordingly. The result: Our candidates fulfill not only their individual goals, but our clients' as well. Using SkillCheck, Inc.'s sophisticated evaluation system our branch staff ensures that candidates possess the necessary skills for exceptional performance. SkillCheck's SoftwareSkills tests provide the highest quality performance-based testing on virtually all of today's top office software, so we may ascertain each candidate's level of proficiency on Windows as well as MacOS operating systems. As new software is introduced to the workplace, all AppleOne candidates are encouraged to enhance their skills using our SkillCheck tutorial programs. Prior to assignment, we can test our contractors with customized training and evaluation programs that simulate the work to be performed at locations within the City of Miami Beach. The AppleCore Assessment Series To enhance our ability to find skilled candidates for the government, AppleOne worked with a major consulting firm to develop and validate a new applicant classification system. The goals of this project were to: · Improve the matching of applicant skill level with job requirements · Utilize the best-of-breed technology to create high fidelity classification instruments · Create an efficient and concise classification process · Design the system for easy, standardized administration · Meet all legal and professional standards Page 6 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Written portions of our Core Assessment Series were developed with the consulting firm's database and existing classification tests. The content underlying these tests were carefully studied and determined to be related to the job performance of AppleOne positions. All AppleOne tests have a proven track record of success, showing that those who take the tests have better performance on the job, significantly increasing their productivity. For administrative, clerical and customer service positions, situational judgment exercises were used to assess personal characteristics found to be important for the job. The development of these tools was as follows: Receptionist CD Simulation Development of the Receptionist job simulation included identifying "critical" work activities that contribute to success on the job. For receptionists, it was found that answering multiple-line telephones and routing calls are "critical" elements of the job. A computerized work sample was created to simulate a receptionist receiving and routing a call. Also, receptionists were found to be a direct link to visiting customers and clients. Thus, in conjunction with the job simulation, a situational-judgment exercise was created to determine an applicant's ability to respond to work situations effectively. The tool was developed using computerized CD Video technology to create a realistic portrayal of the work environment. Job incumbents, job experts, and AppleOne personnel were responsible for providing information to be used in the development of the assessment. Customer Service Situations Video A video-based situational judgment exercise was created for Customer Service Representatives and Telemarketers. Data collected during job analysis revealed that customer service representatives must respond to several different types of situations relating to interactions with internal and external customers. The video-based assessment provides an accurate depiction of actual situations faced on the job. Applicants are then asked to determine the most effective approach to resolve the work situation. Selecting a video-based testing platform adds a virtual element to the testing-thereby, making the testing process more accurate as well as enhancing applicant interest. Light-Industrial/Manufacturing "Hands-On" Assessment For manufacturing positions, a hands-on assessment was selected to assess physical abilities needed for Light Industrial and Electronic Assembly applicants. The Purdue Pegboard is used for Light-Industrial applicants to measure manual dexterity, eye-hand coordination, and visual acuity. The Tweezer dexterity test is used for Electronic Assembly positions to measure fine motor movement, visual acuity, and finger dexterity. Due to the high speed and precision necessary to perform these jobs, hands-on assessments present the greatest comparison to a real job situation. Page 7 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Structured Interview Guide The structured interview guide was designed to identify how well a candidate effectively performs as an AppleOne contractor. The interview guides ask questions related to the applicant's work history, interpersonal and team skills, creative problem solving, professionalism, and communication skills. The applicant's response helps us assess how they have responded in past work situations. Questions are framed in this way because research has shown that past work behavior is one of the best predictors of future work behavior. A Comprehensive Solution The combination of our SkillCheck testing and Core Assessment Series guarantees the highest quality candidates for the City of Miami Beach. Software Evaluations Skill Check's SoftwareSkills tests provide the highest quality performance-based testing on virtually all of today's top office software, so we may ascertain each candidate's level of proficiency on Windows as well as MacOS operating systems. As new software is introduced to the workplace, all AppleOne candidates are encouraged to enhance their skills using our SkillCheck tutorial programs. Tests and training available include: Internet Ex lorer Windows Outlook To determine the accounting skills of the candidates that we provide to the City, AppleOne offices utilize testing and tutorials in PeachTree/QuickBooks, Lotus Notes, Netscape, Audio Transcription, Hemmingway Accounting, Winway Resume, AON Receptionist, AON Computer Assessment (AppleCore Assessment Series). ... SKlLEe8F;CKPIlOFF;SSIONALv~4~O Access (A, B, S) PowerPoint (A, B, S, NF) Windows (A, B, S) Data Entry Test Software Productivity Windows (A, B, S) (Numeric, Aloha) Excel (A, B, S, Ten Key Word (A, B, S, NF) NF) Lotus 1-2-3 (A, B, Typing Test 1 Word Perfect (A, B, S) S) Outlook (S) Win2000 Test I AppleOne tests all candidates on today's latest programs, to ensure that the government receives the best-of-breed human capital. AppleOne uses Prove It!, an industry-leading Page 8 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 assessment program to determine a candidate's skill sets. What follows is a comprehensive list of AppleOne's testing capabilities: ABAP for SAP ASP Apache Web Server AS/400 C Programming Cisco Networking/Router COBOL Cold Fusion DC OM CORBA Crystal Reports DB2 De!I>hi Dreamweaver E Commerce HP-UX HTML Informix Java JavaScript Linux Lotus Notes Macintosh MS Exchange MS Help Desk Network Security Novell Oracle PeopleSoft Perl PHP PowerBuilder RDBMS SAS Solaris SQL Server Developer SQL Server DBA SQL Desktop Applications Sybase TCP lIP UNIX Visual Basic Visual FoxPro Windows WinRunner XML Access Excel Outlook PowerPoint Word ABAP for SAP ASP Apache Web Server Background and Reference Checks Prior to sending an employee to work for the City of Miami Beach, the Strategic Sourcing Specialist, in conjunction with the appropriate City representative, will evaluate what pre- employment screening will be utilized. For all of the background and screening that may be required by the City, AppleOne uses A-Check America. Following is a comprehensive description of the services that can be provided by A-Check America: A-Check America To assure that our clients receive the best temporary associates in an efficient marmer, AppleOne utilizes our affiliate, A-Check America, to conduct extensive pre-employment screening. Pre-screening may include drug screens, criminal background checks, credit checks, social security checks, and DMV verifications. A-Check's services are available for our temporary associates as well as the City of Miami Beach's permanent employees. The services A-Check offers include: Criminal Search This includes a one (1) county, one (1) name criminal court record search of felony records and will include misdemeanor records when available. All information will be obtained at the courthouse by a court researcher unless direct connection to the courthouse is established. Page 9 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 According to the FCRA, criminal searches can reveal all criminal convictions contained in the court records. Criminal Search (Federal) This search includes a one (1) district, one (1) name federal criminal district record search of federal records. All information will be obtained through the Federal P.A.C.E.R. system with on-line direct connection to records and dispositions. Civil Record Search This report reveals lawsuits and torts, and in some cases, workers' compensation records. The search is conducted per name, per county. Civil records are housed in either the higher or lower courts based on monetary amount of the claim. This varies by state. Credit Report This report not only provides information into the person's financial background, it also provides present and past addresses, current and past employers, and verifies and provides users of the social security number presented. Driver's Report This is a statewide search with all information obtained directly through the state of issuance. This search reveals the applicant's five-year driving history along with insight into a potential drug user. Social Security Trace This search verifies the number provided is valid, the person/people associated with the number, current and past addresses and current and past employers. Employment Verification We will verify present or past employment to include position(s) held, dates of employment, salary, confirmation of specific job duties, reason for leaving, eligibility for re-hire, and overall job performance. This information will be obtained through a phone interview with either the applicant's former supervisor or personnel department. Workers' Compensation This search will obtain records by visiting the state's central repository or district office to determine claims filed and amount, type of injury filed, and past employers. The majority of states organize their records by filing claims alphabetically by claimant. According to the American's With Disabilities Act (ADA), Workers' Compensation information may only be obtained after a conditional job offer has been extended. Page 10 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Education Verification This search verifies CollegeslUniversities attended with qates of enrollment, Major/Degrees obtained, Grade Point Average, and professional certification. An additional applies fee if transcripts are requested. Non-D.o.r This includes screening for five categories of drugs including: Amphetamines, Cocaine, Marijuana, Opiates, and Phencyclidine. This price covers the costs for collection at an A- Check America site, overnight courier service to a S.A.M.S.H.AIN.I.D.A. certified laboratory, pre-screen by E.M.I.T., and confirmation by G.c./M.S. Negative results will be returned to your company the next business day, while positive results will be returned within 48 hours. D.o.r This includes screening for five categories of drugs including: Amphetamines, Cocaine, Marijuana, Opiates, and Phencyclidine. This price covers the costs for proper D.O.T. chain- of-custody paperwork, collection at an A-Check America site, overnight courier service to a S.A.M.S.H.AIN.I.D.A. certified laboratory, pre-screen by E.M.I.T., and confirmation by G.C./M.S. Negative results will be returned to your company the next business day, while positive results will be returned within 48 hours. Oral Drug Screen (Non-D. 0. r Saliva) This includes screening for up to four (4) categories of drugs including Cocaine, Marijuana (THC), Methamphetamine, and Opiates. The employer will administer the test and results will appear within minutes. Confirmation of Oral Drug Screen Positives This includes a positive confirmation screening for five categories of drugs including: Amphetamines, Cocaine, Marijuana, Opiates, and Phencyclidine. This price covers the costs for collection at an A-Check America site, overnight courier service to a S.A.M.S.H.AIN.I.D.A. certified laboratory, pre-screen by E.M.I.T., and confirmation by G.C./M.S. Negative results will be returned to your company the next business day, while positive results will be returned within 48 hours. On-Site Urinalysis Drug screen (TestCup) This includes screening for five categories of drugs including: Amphetamines, Cocaine, Marijuana, Opiates, and Phencyclidine. Negative and positive results will be returned within minutes. Page 11 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Medical Review Officer (MRO) Results of D.O.T. drug screenings are forwarded to an MRO, a licensed physician who reviews these results, speaks with the donor if necessary, and reports the results within two hours of receiving them from the laboratory. Random Selection Performed according to S.A.M.S.H.A./D.O.T. guidelines, this service is used to meet D.O.T. and A.Q.M.D. requirements as well as your own company-sponsored policy. Turnaround Time All results are usually returned by the next business day. ISO 9001:2000 Certification AppleOne's dedication to quality assurance ensures that the government achieves their staffing goals. Toward this end, in 1999, AppleOne achieved ISO-9002 certification, which has since been upgraded to ISO 9001 :2000. The ISO 9001 :2000 Certification, established by the International Standards Organization, is a quality management system that sets a global standard for quality assurance processes and ensures that a company's products and services are among the best in the world. AppleOne currently utilizes a Customer Satisfaction Survey Program that measures two critical areas: · Account Management Survey - Measures the quality and servIces delivered by AppleOne to our customer. · AppleOne Placement Survey - Measures the quality of contractors made by AppleOne for our customers. 1-9 Verification It is AppleOne's policy to comply with all laws, including anti-discrimination and immigration laws. In compliance with the Immigration and Control Act of 1986, AppleOne has: · Examined the required documentation presented to us under oath by applicants · We certifY that, to the best of our knowledge, the applicants being referred to you are authorized to work in the United States. · Employment eligibility forms for specific employees are available for the City of Miami Beach's inspection. These forms will are maintained at the AppleOne Miami Branch Office. Page 12 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 As part of our registration process, all contractors must complete an 1-9 form, which includes providing proof of identification that establishes their eligibility to work in the United States (identification is taken based upon the list of acceptable documents as determined by the INS). An AppleOne staff member then verifies this information and the 1-9 forms are stored according to government guidelines as well as our ISO 9001 :2000 standards. Following is a summary of the guidelines for 1-9 verification: · The Strategic Sourcing Specialist must inspect all documents to make sure they are valid and authentic. · As per the government standards, AppleOne must maintain 1-9 records for a minimum of three (3) years after the date of hire as well as at least 1 year after the date of termination. · All forms of identification used for 1-9 verification must be originals, copies are not allowed (exception: an employee may present a certified copy of a birth certificate). · Contractor is provided with the 1-9 form (current revision from the Department of Homeland Security is dated 5/31/05). Orientation Brochure Once an associate is identified for placement for the City of Miami Beach, the Strategic Sourcing Specialist will assist in acclimating the associate to the City's working environment by conducting a thorough client-specific orientation and providing the associate with an orientation brochure. The brochure will be kept on file at the branch location and shall be reviewed with each temporary associate prior to assignment. This orientation brochure covers the following subjects: . Dress code . Working hours . Parking . Phone number . Directions . Supervisor name AppleOne can also include any other information which the City may determine to be important as a part of this Orientation Brochure. A sample of the Orientation Brochure can be found in Section VIII. Temporarv Associates Benefits Incentives An integral part of establishing and maintaining a diverse workforce includes identifying the needs of our contractors and temporary associates, and addressing those needs. To that end, AppleOne works with Strategic Resource Company (SRC) to offer a wide range of benefits to those temporary associates actively working for our company. Affordable group benefits, Page 13 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 available through CNA, include medical, dental, VISIOn, short-term disability and life insurance coverage. The costs of benefits are automatically deducted from our temporary associates' paychecks. Benefit In-Network Out-of-Network Provider Provider R . II ti t os pIta npa en Base Medical Maximum $7,500 $7,500 Benefit Subject to these limits: Hospital Room & $ 250 per year Board $1,500 per year Surgeons' Fees $ 250 per year Anesthesiologists' $1,000 per year Fees Other Hospital Services Base Benefit Percentage paid 50% 50% by plan Base benefit Deductible $200 $300 Supplemental Medical $45,000 $45,000 Maximum Benefit Supplemental Benefit 80% 60% Percentage paid by plan $1,000 $1,000 $100 $300 70% 50% $15 Co-Pa 50% $10 Co-Pay 50% $10 Co-Pa 50% $20 Co-Pay 50% For more comprehensive coverage, we utilize Fortis Health and The J.L. Barnes Group, offering our temporary associates access to affordable, quality, and comprehensive employee-paid benefits for themselves and their families. Upon becoming an AppleOne temporary associate, the individual is given information regarding medical, dental, and vision coverage. There are no conditions barring temporary associates from taking advantage of these benefits. Page 14 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Medical Preferred 1000. PPO Series 100OPPO Short-Term Sernces Maior Medical MaJor Medical Ma.ior Medical <. Hospital Covers hospital semi- Covers hospital semi- Covers hospital semi- Facility private room rate, if no private room rate, if no private room rate and semi-private room, semi-private room, Services private room is covered private room is covered Deductibl $500-$1,000-$1,500-$2, $500.$1,000-$1,500-$2, $250-$500.$1,000-$2, e Options 000. 500. 500 $2,500 $5,000 Co- 80120 to $5,000 or 80/20 to $5,000 or 80% to $5,000 Insurance $10,000 $10,000 50% to $5,000 & Stop 50/50 to $2,500 or 50/50 to $2,500 or Loss $5,000 $5,000 Options Covered illness and Office $20 Co-payment $20 Co-payment injury subject to Visits deductible and coverage Prescripti Outpatient drug card Outpatient drug card Covered subject to on Drugs program, no special program, no special deductible and co- annual or dollar limits; annual or dollar limits; Insurance separate deductible to separate deductible to choose from choose from Dental, Vision Call for more details Call for more details Call for more details and Life Benefits AppleOne maintains a full library of educational programs that are targeted to enhance our temporary associates' proficiency in a number of areas, including customer service, self assurance, computer programs, managerial skills, etc. These programs are available for review on video or cassette. Utilizing our library has proven very effective in educating our temporary employee roster. Similarly, our branch locations currently provide specific training on, greeting and closing techniques through our Interactive Computer-Based Training (CBT) for telemarketer and customer service candidates. This training presents the candidates with multiple simulated exercises, coaching, reviews, and feedback, and is ideal for candidates vying for positions where heavy phone traffic or public interaction is predicted. Page 15 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 AppleOne strives to maintain a work environment that promotes well-being and satisfaction by providing motivational benefits plans and incentive programs, detailed below: 401K Plan AppleOne offers all temporary associates the opportunity to enroll in an employee-paid 401K Plan. Temporary associates shall receive one week's bonus pay upon the successful completion of 1,500 hours worked within a 12-month period. Temporary associates who refer qualified candidates shall receive a $25.00 bonus in recognition of their referral. Bonus Pay Referral Bonus Direct Deposit AppleOne offers its temporary associates and contractors the ability to have their paychecks directly deposited in their bank accounts (EFT/ACH). If the employee or contractor chooses this option, a paycheck stub is either mailed to them or available for pick up at the AppleOne Miami office, depending on the preference of that temporary employee or contractor. ArmleOne PavCard from Visa@ AppleOne is currently implementing an automated alternative to paychecks. This system is called PayCard. PayCard eliminates the need for Associates to travel to branch locations on Fridays or wait over the weekend for their paycheck to arrive in the mail. More importantly, PayCard benefits non-bank Associates by doing away with the high cost of check-cashing services. This system is offered through the Visa@ Company. · PayCard's Advantages o No need to rush to the branch - or wait for the mail. o PayCard works like direct deposit because it automatically and instantly makes the Associates' pay accessible by ATM as well as Visa@/debit. o No need for a bank account or a security deposit. o PayCard has all the benefits and features of a Visa@ debit card without requiring a savings or checking account. o No need to shoulder the high costs and risks of check-cashing services. AppleOne is rolling out the PayCard program in October of 2005 and will be able to offer it as a service for the City of Miami Beach during the initial roll out. In compliance with AppleOne's ISO Quality Assurance Standards, AppleOne has tested this system extensively prior to its usage. Page 16 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 . 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. United States Department of the Treasury, Bureau of Public Debt Division of Procurement UNB 4th Floor 200 Third Street Parkersbur , WV 26101-5312 Mr. Jeffery Stephenson Bureau Small Business S ecialist (304) 480-7123 (304 480-7203 . eff.ste henson Count of Oran e, Florida 400 East South Street Orlando, F1 32802 Mr. James E. Schell, Jr., C.P.M., CPPB Senior Purchasin A ent (407) 836-5410 (407) 836-5899 Jim.Schell ocfl.net Page 17 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 ."""""'....-....- st ort. co.la.ca. us .us Page 18 of 19 City of Miami Beach, Florida AppleOne Employment Services Request For Proposals No. 37-04/05 September 6, 2005 Page 19 of 19 APPLEONE TEMPORARY AND FULL-TIME EMPLOYMENT SERVICES 25-May-05 FULL-TIME TEMPORARY OFFICE DIVISION DIVISION FAX NUMBER FLORIDA 1n Office 888 25821-25 U.S. Highway 19, Clearwater, FL 33763 (727) 712-2244 (727) 712-2244 (727) 791-8186 . water. 533 25821-25 U.S. Highway 19, Clearwater, FL 33763 (727) 712-2244 (727) 712-2244 (727) 712-2254 Cyrpress Creek. 559 6517 North Andrews Avenue, Fort Lauderdale, FL 33309 (954) 492-0550 (954) 492-0550 (954) 492-0540 o oral. 549 10361 NW 41st Street, Miami, FL 33178 (305) 591-8883 (305) 591-8883 (305) 591-8803 Jacksonville. 126 9550 Baymeadows Road, Suite 6, Jacksonville, FL 32256 (904) 733-4144 (904) 733-4144 (904) 733-2910 Orlando. 70 277 Douglas Avenue, Suite 1002, Altamonte Springs, FL 32714 (407) 786-6411 (407) 786-6411 (407) 786-6417 South Orlando* 115 841 Sand Lake Road, Orlando, FL 32809 (407) 888-5770 (407) 888-5770 (407) 888-2357 Tampa. 106 14332 North Dale Mabry, Tampa, FL 33618 (813) 269-7000 (813) 269-7000 (813) 269-7001 West Palm Beach. 171 4288 Okeechobee Boulevard, Suite 650, West Palm Beach, FL 33409 (561) 683-6868 (561) 683-6868 (561) 683-6862 AWS 312 277 Douglas Avenue, Suite 1002, Altamonte Springs, FL 32714 (407) 551-0255 (407) 551-0029 *1509002 Certified Page 1 of 1 >-'Q..""'il.l'O .... 0 ::s c: .~ 1) 0 0 il.l ~ ~~-5~OIl b() ;> "1:j.- Q.. S :: U.l ;> ~ ~ Q.. ~ ~ ... ~ ~8Q..<;> ;:.. ~ E: 0 OIl .- "'0 ~ :: ~ c: ~ ~ 3 ~ >- .C ~ c: 0 ~ .. II:: Q() ~ il.l 0:>" Vi ~ ~ .~ !Z ~ ~ ~ ..:= 6-::: .... "- o,,",~~ 't ... Q., .:: ;:) ..s:"E<B] ~ ~ 0 II:: ~ ~ ~ ~ ~ z .... ~ ~ .::s il.l II:: .... ... oC:l < ..... - E: jgui~~OC: l::S l::S l::S ~ 0 .... .':: 0 ~ :>.. 'is ~ .... ~ -~ ::s "- ~ !;( ~ tI) C.f-4 .:::..... ~_ ~ ~ ~ U ~~VigoQ.. ..... II:: ~ ~ II:: S '" t il.l.B~Vi..c:< U.l Vi ~ II:: Q() ~ ~ ~ '" .- Vi ~ .... ::2 ;:) ] c:~il.l0ll ..S! II:: "- II:: il.l .5 .::: c: .... ~ ~ U.l ;:) 0 ~ -~ Q., ::s ..... ... z Z :I: il.l ~ c: C S .~ l::S ::s ~ 0 < ~ II:: ... ..... U.l U.l c: ..9.a e c: 0 ~ ..... ~ ::s .... ~ z u .... ..... ~ !E oaeo~= ~ - II:: II:: ~ 0 il.l Q.. 0 ~ .... ~ ~ ~ llo s: 0 ~il.l"'O e ~': ~ < ~ '" ~ ~ Cl:l ~ <'Ci~~~-5 . . . . . . . -- a!l! -s ,.~ . .s. ~ . s -,., &.~ & . 00 ~ ~ z ~ ~ ~ g 00 ~ o ~ t ~ E' ':::S ~ c3 \.) t:Q ~ ..... ':::S Q) c: .S c: . ~E o il.l .... e Vi c: =a.~ u Vi Q) gj c: c: o 0 -a~ :E ~ ~ ~ ~ ""' .- s.g il.l .... an .s il.l ~ 5 . ~ c: .a 0. e o u Q) -5 o ..... .....8 B 3 ~ 0 . C >-. Q..~ e 8 Q..- Q..Vi ~ >-. ~ Vi ~ il.lta -5"1:j o c: "0 ~ c: o = '';:: Qj 000 ~& ""' ""' ::s ::s o 0 >-. :>.. ~-g g!;:: "58 -g ~ ~ tl il.l ~.o ""' Vi ~ >-. .. ~ ""' ~ ::s- o ~ <Ii >-..~ ~ "'O.:::s ~ ..~ .::: ~ e o ""' c: o ::s ~ P::~o - - .[i E ,~ "0 o Z .;>.. ]~ .... Q) u 5 ~ Q..::s Q) 0 ~>-. . . . ~ z u~ =~ <0 u ""' ::s o :>.. '0 .... u 8- Vi ~ :>.. ~ '0 il.l 3..1oi sg gj ::s...; Q) c: ~ Q) ::s e o Sn :>.. 'c;.; :=: gj . . .. .. . . I . "'O@ s:: .... ~ Q) Q) Q) Q..~ o VJ & .~ s:: ~ a ~ E d 0 \UU "" .... Q) cI:l ~a ~ o ~ "" ::s o >-. ,S Q) "'0 'C Q.. il.l ~ ..... c: Q) e Sn .- Vi gj "" ::s o >-. ~ .2 u:: . . _/1ppleC)ne lj'tllplq)!1J2e1115el'lJiceJ Sample Invoices & Management Reports '"'Cl 0 l;l II> .p C<I II> II> ..... Q l-I 0 E 0 ..... II> ;::l U 0 rn :s ~ ~ ~ 0 ~ ~ rJ} C\ ~ aJ "0 0 ~ .~ ~ ~ II> 0 0 ~ N . ~ 0 ~ t--) 0 ~ "- fA) u u oe t: u 0 rn .p .... 0 c: 0.. u J E 0 U Q. --; e E ~ u 0 c: Z 0 III .!:l Q. ~ ~ 'tl u 'tl ..... ~ ... ~ --0 CI) :::::l CI) u 0 ~ u ~ 0 CI) --0 · ...c ~ ...... 0 ~ ~ ..0. 0 ~ = ~ 0 0 · ...c \0 ~ 0\ --0 CI) '-c ~ S QJ 0 ~ "0 ~ ~ 0 '-c ~ CI) 0 0 ~ ~ u ..c . 0 --0 ~ CI) s ~ lI.l CI) U U 0 oe u 0 en ... CI) = - u ~ 8 .t ~ c. < 8 . ~ u = 0 Jj c. ~ E "'Cl u "'Cl o~ .. ~ lD G.I U .e G.I rn = G.I 1 ~ s ~ G.I c:l o G.I -a ~ >> ~ 'tl G.I 'tl .> e =- cu e ~ 4-4 ~ cu e ......c ~ S ~ 4-4 cu ""Cj 4-4 o .",c o ~ ':!( o Lt) ""'"' ':!( o Lt) ':!( o Lt) ~ ':!( o Lt) ~ ':!( o o N rn ~ o :c ~ ~ o ~ I rn b~ 5 Q ~~ o I :..E ~ +-l ~ ~~ . 0 rn rn ~ ~ rn >.. Q 0 ~ :c Q (1) ~ ~ (1) 0 (1) ~ 0 ~ ~ E5 ~ 0 ] c: (1) (1) +-l 0 > ~ 0 (1) r.f:J III 0 . ~~ ~~ 00 U 8 U .0 > =..5 -< tI) u (,l .E u [/) 1:: u ~ g o N -00- s::>.;g 0'\ E3 0'\ <: U-lNu :g~.; ~~~ ~o ~ <:~C5 o ~ ~ ~ .i ~ ~ ~ ~ .... o .. ~ ~ ~ ~ .... It ,!! 0 ~ ~ .!:l :a :=;j~ 8 ~ 0 ~ Illi .... ~ ~ ~ ..., &. ~ ~ oS! .... :a ~ ~ Illi :a 0 ~ ~ ~ .~ ~ ~~ ~ ~ ~ .~ .. 8 ~ ~ 'l:> It eJ .~ > ~ .~ ~ .... ... ~ ~ rn ~ !;; ::l U 0- ~ ~ ~ ~:; ..~ ~ ~~ 1.!:S ~ ~ " ,i.. !'l.~ ~ i ~ '" ~ ~ o 0- 0- 0- - ~ .,., - ..., ~ ~ 0- 0- 0- 0- d, 0- d, 0- 0- ~ '" ~ ] B ~ ~ ~ rn ~ Z ~ ~ , .,., r::: ~ 00 '" ,.... .... 00 0- '" .... 00 8 o .... o 8 o .... o 0- 0- 0- - ~ .,., ~ 8 'l:> ~ U > ~ ~ rn E- rn ::l U 0- 0- 0- - 0- ~ 0- 0- 0- 0- d, 0- d, 0- 0- '" '" ;:: ~ ~ ~ ~ !3 rn 0' 8 - o o N vi 00 .... .,., 'l:> s! .... 00 8 o .... o 8 o .... o 0- 0- 0- - ..., V; 0- N o 'l:> ~ U > ~ ~ rn E- rn ::l U 0- 0- 0- 0:; ~ 0- 0- 0- 0- d, 0- d, 0- 0- o '!ij ::?1 ~ c: :Q ~ '""" E- rn ~ Z ~ ~ .,., ,.... 0\000\00 N f"") N N f"') N 0\0'0..:0\0'0' 0\ 0\ 0\ 0\ t'f"l t'f') t'f"l t'f"l tt""l ('f1 EA~tAEA~fA 888888 000000 EA EA EA EA EA t.A 000000 888888 000000 EA EA fA EA EA fA 000000 000000000000 0\0\0\0'\0\0\ O-:o'o\~o\o\ fA EA fA EA EA fA ONOO",O "d"t'f"l~~f'f"'l"'::t' 0\ 0\ 0\ 0\ 0\ 0\ 0..0\0\0\0'\0\ 0\0\0\0\0\0'\ ------ ~~~~~~ lr) V) V) iii V') l.t"'l 000000 NNNNNN ~SS~gg \0\0\0\0\0\0 ~~~~~~ uuuuuu >>>>>> ~~~~~~ ~~~~~~ rnrnCllrnCllrn E-E-E-E-E-E- rnCllCllrnCllrn ::l::l::l::l::l::l uuuuuu - - ..., ..., 5i~ 0\0\0\0\0\0\ 0\0\0\0\0\0\ 0-0'<0-0-0-0- ~d:~d:~~ ct'0\ 0\0\ 0\ 0\ 0\ a... a... 0.. 0... 0.. 0\0'\ a-. 0\ 0\ 0\ 0\0\0\0\0'\0\ ~~ '" ;:; '" ll! :; ..c:: '5~aJ:r.:~~ ~ e,:, cU.~ ~ ;j "~.a~CIl ] 'S ~ ~ ~ ] CllCllOe,:,UCll ===:::3=====3 ~~~~~~ ::?1::?1::?1::!:::?1::?1 """""""""""" SSSSSS ------ 000000 ~~~~~~ \OOOOON t'fi N N N v vioo\o.:~ &nNO\O\\C N~f'f'jf'f'jt'f""l fA EA fA fA EA 00000 00000 00000 EA EA fA fA EA 00000 88888 00000 fA EA €A EA f:A 00000 $$~~$ 000\0\0 .... .... .... .... .... ~""00:q No\-.::t"l:toq: M M 0\ 0\ 0\ 0\ 0\ 0\ 0\ 0\ 0\ 0\ 0\ 0\ 0\ 0\ 0\ ~~~~~ V)V')l,f')lI"')ln NNNNN ggggg \0\0\0\0\.0 ~~~~~ uuuuu >>>>~ ~~~~- ~~~~~ CIlCllrnrnCll E-E-E-E-E- CIlCllrnrnCll ::l::l::l::l::J UUUUU - -- M..., ..., ~5i~ 0\0'\0\0\0\ 0'\0\0'\0\0\ 0\ 0\ 0\ 0\ 0\ ~~~~d: O\O\O\O\~ a... 0..0...0...0-.. 0\ 0\ 0\ 0\ 0\ 0\0"10\0\0\ tI) ~ e '" .$2 ~ 1:: ::?1 !;; .~ =' .il .::?1::?1.~E-. 1l g::; .5 6 c..rn"5jggs U~-8~8j """"' ,c:; r.f.) t/) ~~~~~ '"""'"""'"""'"""'""" E-E-E-E-E- CIlCllrnCllCll ~~~~~ ZZZZZ \0\0\0\0\0 ;~~;~ 1.1') V) 1.1') 1.1') V) r::r::r::r::r:: ,....~'l:> 00-..., ON'" ~~~ ....... .... 000 000 000 ........ .... 000 8~8 g:!:g .... 0.,.,0 N o 00 00 ~~~ .... .... .... ")~~ 0'< 0- 0- 0- 0- 0- 0- 0- 0'< - -- ~~~ .,., .,., .,., N N N N N N 88~ 'l:>'l:>'l:> ~~~ uuu >>> ~~~ ~~~ CIlCllCll f-.E-E- CIlrnCll ::l::l::J UUU 0-0-0'< 0- 0- 0'< ~~@ ...,..., M ~~~ ~~~ 0- 0- 0\ 0'< 0- 0\ 0- 0- 0'< 0\0\0;" 0...0...0\ ~~~ 0'< 0- 0- 0- 0- 0- '" c: v8~ il N t ~~O a) ~ 6"' .,g e t: 8~.:l ~~~ '"""'"""'""" E-E-E- CIl CIl CIl ~~~ 'l:> 'l:> 'l:> ~:;5! , , , .,., .,., .,., r----r:::r---- .... 'll ~ Q;; oc .... g: ~ .... ... c:;Q;; .... t; -'=> ~ ~ ~ ef. ... r: ::I ~ ~ ~ ~ o u u = < 1: <::l & ='c: ~ ~ ~ ~ ~ .....l ~ -i::i Jj .....l ~ ~ CIl " !l 'E .. oo ....0Il =@ 'l:IS :S~ ~ ... e~ l:l.< ... ~ -..: ~ ... ~ -..: ~ -..: ... Ill: '" ~ ~ '" ~ ... Ill: ... c::l ~ ... c::l ... Ill: ~ ~ \:l ;:j ~ ~ ::.: ~ ~ ::.: ~ '" tl l::i ~ .... ~ l<l ~ ~ ~ ~ ~ ~ l<l z o Ci.i 5: Q ~ Ilo. '" Q >Q r- oO a- N o o o o o .... "l N :'!; 00 a- a- ~ .... .., o V> N V> .., C ~ oo 5~ o<:w ;:J....l PoU 00 a- a- ~ a- a- a- '" a- a- 0- a- a- oo U Z ;;'i "- g g ~ ;:;:; < = ~ ;:J Po fo- Z Woo ::ew W~ C;:J <0 Zoo ~g;! r- .... ,..: .... .... o o o o o .... "l N V> o N 00 a- ~ 00 V> .... o V> N V> .... C ~ ~~ o<:W !i:d 00 a- a- S a- a- a- ":' a- '" a- a- a- oo U Z ;;'i "- o Z o ....l ~ oo < = ~ Po fo- Z Woo ::ew w~ C;:J ~53 ~g;! a- 00 oj r- o o o o o .... "l N V> ,.; .... 00 a- a- V> S V> >Q N 00 N V> .... C g: oo 5~ o<:w ;:J....l PoU 00 a- ~ S a- a- a- a- 0- a- 0- a- a- oo U Z ;;'i "- o Z o ....l C Z ;:;:; < :I: ~ ;:J Po fo- Z Woo ::ew w~ O;:J <0 Zoo ~g;! r- "! :; r- o o o o o .... "l N V> r- oj .... 00 a- a- ~ 00 N V> !:; V> .... o g: ~~ o<:W ;:J....l PoU 00 a- a- .... ~ a- a- a- ":' a- ":' a- a- a- oo U Z ~ o Z g ~ ;:;:; < = ~ ;:J Po fo- Z Woo ::eW ~~ <0 Zoo ~g;! o >Q vi o a- o o o o o 8 o ... o .... >Q .... N V> 00 r- N N 00 .... a- o ...; ... ;f 00 a- ~ V> S J J >Q >Q N 00 N V> .... o g: oo 5~ o<:w ;:J....l PoU 00 a- ~ S ~ ~ .. ~ a- a- a- a- 0- ":' a- a- a- "- "- ~ ~ ~ J ;I ~ oo < :I: ~ Po !Z Woo ::ew W~ O;:J <0 Zoo ~~ ~ oo < :I: Z ~ S !i: ~ a- N 00 a- o ...; ... o 8 o ... 8 -0 r- .... o o o o o ~ = o .... 00 a- S o V> N N V> .... o g: fo- ~~ Uw U....l <U 00 a- ~ S a- a- a- a- 0- ":' a- a- a- G Z < Z ~ ~ >- ~ oo < ~ fo- fo- Z Woo ::eW W~ O;:J ~53 ~~ o 00 o 00 .... o o o o o ~ = N .... 00 a- a- ~ N .... o V> N V> .... o g: fo- ~~ Uw U....l <U 00 a- a- S a- a- a- ":' a- '" a- a- a- >- U Z < Z ~ ?i ::e ~ oo < ~ fo- !Z Woo ::eW W~ C;:J <0 Zoo ~~ V> << V> .... o o o o o ~ = V> .,; N 00 a- ~ V> S .... >Q N 00 N V> .... C ~ ~ ~~ Uw U....l <U 00 a- ~ S a- a- a- a- 0- ":' a- a- a- >- U Z < Z ~ ?i ::e ~ ~ fo- !Z ~~ W~ O;:J ~53 ~~ 8 -0 r- .... o o o o o ~ o .... 00 a- a- ~ >Q N V> r- V> .... o ~ ~~ Uw U....l <U 00 a- a- .... C; a- a- a- '" a- a- 0- a- a- >- U Z < Z ~ ?i ::e ~ oo < ~ fo- fo- Z Woo ::eW W~ O;:J ~53 ~~ V> '" ,.; '" ~ ... o 8 0 0 o ... o 8 0 0 o ... "1 ~ :q ~ =; M .. N 00 00 00 ~ N i tll) .... .... ~ ~ .. I. J I J ;I ~ z ~ S fo- ~ oo '" ~ 53 = ~ z '" ::e '" ~ < i ~ :'!; .... 00 r- .,; ... ~ ~ .. I. 00 .... 00 .... .... o o o o o >Q V> o .... .... 00 a- a- ~ >Q .... o V> N V> .... fo- oo Z o t W U ~ 00 a- a- ~ a- a- a- a- 0- '" a- a- a- W ca < ::e W oo ~ ~ ~ < 1Il W U Z ~~ !::S2 ~~ ~~ oo ~ ~ U :i ~ Po 8 oci .... >Q o o o o o ~ >Q .... 00 a- a- ! .... a- N 00 V> .... ....l ~w wU z/i: ~~ 00 a- a- '"' ~ a- a- a- a- 0- a- 0- a- a- c.:i z ~ < i:t Z ~ oo < o W U Z ~~ !::S2 g:> <ffi ::eoo oo ~ 0<: o i:t U :i ell ;:J Po 8 .... a- r- ~ >Q 00 .... o o o o o o o o o o ~ ~ .... .... r- N 00 a- ~ 00 00 a- ~ 00 ~ N N V> .... N >Q r- V> N V> .... ....l ~w wU ~tE 00 ....l ~w wU z/i: w"- 00 00 a- a- ~ 00 a- a- ~ a- a- a- ":' a- a- 0- a- a- a- a- a- a- 0- ":' a- a- a- c.:i z ~ < i:t ~ fo- oo < o w U z ~~ !::S2 g:~ ~~ c.:i z ~ < i:t ~ fo- oo < o W U Z ~oo !::~ g:~ ~~ oo ~ ~ U :i ~ Po ~ ~ U :i ~ Q.. ...'" '" .. :::: ~ ~Q.; .... tl oCl IE .. ~ I::l ~ ~ ~ ::a ~ ~ ~ o u u = -< 1: <:> ~ ~ ~ il ~ 'E lir.I Jl '"' >>bO IoooJ =@ ~!~ iii;: .;;: 1l ~ t~ ...l ~ .;; &i ...l ~ ~ CIl ~ ~ ~ ::.. 25 ~ ~ ~ ~ ~ ~ Ill: ~ ~ ~ ~ ~ ~ Ill: ~ Q ~ ~ Q ~ Ill: ~ i:l ~ ~ Ill: ~ ~ ::.: 25 ~ ::.: 25 ~ ~ l::l ~ ... ~ '"l ~ ~ ~ ~ ~ ~ '"l z o ;; E Q Ii: III Q :5 N '" ..... o 00 00 ..,. ..,. o o o o o o o o o o ~ N "! ::: ..,. ..,. o ..,. 00 '" ~ ! 00 '" '" ! o '" N 00 on .... '" N on ..... on .... ...l ;:i"-l "-lU ZG: "-l.... 00 I- oo Z o t "-l U ~ 00 '" '" ~ N ~ 00 '" ~ ;;:; ~ '" '" '" '" 0.- '" 0.- '" '" '" '" '" ";' '" ";' '" '" '" d ~ < ~ :Z o I- oo < o "-l ~ ~gj "-lu ~;;; <co: ~e:l z < oo ::> oo c:i "-l ~ "-l U Z ~gj "-lu ~;;; ~~ oo ~ o ~ u :i g5 c.. oo ~ ~ u :i g5 c.. 00 N ~ on '"' ... o o ..,. N N J '" ~ I .. I. J ! ~ ! :5 c::i ... :5 c::i ... 00 N vi on '"' ... J oo "-l U ~ "-l oo ~ < Z "-l I- ~ < ~ o on g q o o o o o on ...; ..,. .... N 00 '" 2: ~ ~ r- on N on .... ...l ;:i"-l "-lU Zti: "-l.... 00 00 '" 2: S '" '" a- ";' '" a- 0.- '" '" ::r: I- "-l III o I- ::> c.. < U ~ < c.. oo ~ o ~ u :i III ::> c.. :5 vi o '"1. o o o o o on ...; ..,. o .... 00 '" '" ;;;; '" ..... on N on .... ...l ;:i"-l "-lU zti: "-l.... 00 00 '" 2: S '" '" '" '" 0.- '" 0.- '" '" ::r: Gi III o I- ~ < U ~ ~ ~ ~ U :i g5 c.. on N c::i r- '"1. o o o o o on ...; ..,. ~ ~ ! N '" N 00 on .... ...l ;:i"-l ~S:( "-ltt 00 00 '" 2: S '" '" '" ";' '" '" 0.- '" '" ::r: Gi III ~ c.. < U oo ~ ~ en ~ o ~ U :i g5 c.. o on ~. o o o o o on ...; ..,. .... N 00 '" '" ~ N a- N 00 on .... ...l ;:i"-l "-lU ~rE 00 00 '" '" ~ N ~ '" a- '" a- 0.- 0;- '" a- '" ::r: I- "-l III o I- ~ < U oo ~ < c.. ~ U :i g5 c.. :5 c::i ..,. on o o o o o on ...; o ..,. 00 '" 2: 00 on :: N N on .... ...l ;:i"-l ~fi! "-l.... 00 00 '" ~ S '" '" '" 0;- '" '" 0.- '" '" ...l "-l < ::r: U ~ ~ o U ~ ~ oo ~ ~ U :i g5 c.. o on N r- ..,. o o o o o on ...; on .... 00 '" '" ;;;; .... '" ..... on N on .... ...l ;:i"-l "-lU Zti: "-l.... 00 00 '" a- ~ a- '" '" '" 0.- '" 0.- '" '" ...l "-l < ::r: U ~ t-" ~ o U oo ~ ~ ~ ~ U :i g5 c.. ~ ;:; '" o o o on N c::i N ..,. on ...; o ..,. 00 '" '" ! ;; N 00 on .... ..,. '" N ~ on .... ...l ;:i"-l ~fi! "-l.... 00 ...l ;:i"-l "-lS:( Z.... "-l.... 00 00 '" '" " N ~ 00 '" '" .... ~ '" '" '" 0;- '" '" 0.- '" '" '" '" '" '" 0.- '" 0.- '" '" ...l "-l < ::r: U ~ I;f ~ 8 ...l "-l < ::r: U ~ t-" "-l ~ o U oo ~ ~ en ~ < c.. oo ~ ~ U :i g5 c.. ~ ~ U :i g5 c.. .., '" N on ..... o o o on N c::i N on c::i on ...; o ..,. 00 '" '" ! 00 .., N :g ,.: ... o on ~ on N '" N 00 ~ J .. I. J . I :5 c::i ... .., '" ...; '" N ... on on .... r- ...0 0 oci 00 ~ '" ..,. 00 r- N ~ ci ... J oo ~ ~ '" '" ...: ..... on ::" ... o on ~ J :! '! t:l ~ .. ~ J ! Ii: !iii = = ClO cr\ In ~ iii - :5 c::i ... .... '" ...; '" N ... In ...; - In t-- = t-- t-- J ~ ~ ~ o u u ~ '" ~ ~ U :s III ::> ll. ";j ... Q Eo- 'tl = " .. ~ ACORD.__ CERTIFICATE OF LIABILITY INSURANCE DA r E (MMIDD:YYYY) 3/4/2005 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. : PRCDt...CEF{ ~ Skinner & Associates ~030 Santa Monica Blvd. #207 Los Angeles, CA. 90025 310-478-5041 .INS:.JRE:J Apple One Arizona, Inc. c/o All-In-1 P.O. Box 29048 Glendale, CA 91209-9048 INSURERS AFFORDING COVERAGE . INSURER A LIBERTY SURPLUS INS. CORP. i INSURER B FEDERAL INSURANCE CO. i INSURER C EMPIRE INDEMNITY INS. CO. , INSURER 0 ACE AMRICAN INSURANCE CO. ! INSURER E: NAIC# COVERAGES THE POliCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS. AOO'L POLICY EFFECTIVE; POLICY EXPIRATION I LTR INSRO TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDIYY) . DATEIMMIDDIYY) : GENERAL LIABILITY I i X COMMERCIAL GENERAL LIABILITY ----r-., CLAIMS MADE : X ! OCCUR' . ! !SSL-200910-0104 Is 1,000,000 I' Is 50,000 : MED EXP (Anyone person) : S 5,000, 04 / 0 1 /05 I PERSONAL & ADV INJURY ! S 1, 000 , 000 J ; GENERAL AGGREGATE S 3,000,000: PRODUCTs.COMPIOPAGG i S 1,000,000; SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL.30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR: REPRESENTATIVES. AUTHORIZ REPRESEN"j:ATIVE \ 1 \, '-- A 04/01/04 i B GEN.L AGGREGATE LIMIT APPLIES PER: -I POLICY II ~r8T IX LOC ~OMOBILE LIABILITY : X. ANY AUTO ~I ALL OWNED AUTOS "--1 : , SCHEDULED AUTOS X I HIRED AUTOS _-I I ~ NON.OWNED AUTOS ~I 04/01/04 I I I 04/01/05 I I COMBINED SINGLE LIMIT (Ea accident) . BODILY INJURY I (Pe, person) , BODILY INJURY i (Per acc'denl) I PROPERTY DAMAGE (pe, aCCident) 17326-53-34 I GARAGE LIABILITY i--IANYAUTO I AUTO ONLY - EA ACCIDENT OTHER THAN I AUTO ONLY: i EXCESS/UMBRELLA LIABILITY ~i OCCUR L: CLAIMS MADE I c= ;UM100786 I DEDUCTIBLE -I X I RETENTION S 10,000 i WORKERS COMPENSATION AND I EMPLOYERS' LIABILITY : ANY PRCPR.IETORIPARTNERlEXECUnVE D OFFICERiMEMBER EXCLUDED? i If yes. describe under , SPECIAL PROVIStONS below , OTHER EACH OCCURRENCE AGGREGATE C iWLRC43999709 I I I i E.L DISEASE. EA EMPLOYEE S I~L DISEASE - POLICY LIMIT! S ! A ERRORS & OMISSIONS ISSL-200911-0104 I EACH ACT AGGREGATE i : I LJESCRIPTION OF OPERA nONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CRIME/DISHONESTY-HARTFORD #10BDDBV9242-4/1/02-UNTIL CANCELLED-LIMIT: $3,000,000 *EXCEPTION: 10 DAYS FOR NON-PAYMENT OF CERTIFICATE HOLDER PREMIUM CANCELLATION I ***SAMPLE CERTIFICATE*** LIMITS is 1,000,000! Is Is I $ EAACC S AGG S --I: Is 5,000,000' 5 000,0001 is 1,000,000i 1,000,000 1,000,000 1,000,000 3,000,000 ACORD25(2001/08) :=- E~\-\ \ ~'\T ~ - - ORDINANCE NO. 2001-3301 AN ORDINANCE OF THE MA YOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, CREATING DIVISION 6, TO BE ENTITLED "LIVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES", OF ARTICLE VI, ENTITLED "PROCUREMENT", OF CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTJn..ED "ADMINISTRATION", BY ESTABLISHING A LIVING WAGE REQUIREMENT FOR CITY SERVICE CONTRACTS AND ESTABLISHING A LIVING WAGE FOR CITY EMPLOYEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECfIVE DATE. WHEREAS, the City of Miami Beach awards private firms contracts to provide services for the public. The City also providea financial assistance to promote economic development and job growth. Such expenditures of public money also servo the public purpose by creating jobs. expancUng the City's economic base, and promoting economic security for all citizens; and WHEREAS, such public expcnditures should be spent only with deliberate purpose to promote the creation of full-time, pennlDcnt jobs that allow citizens to support themselves and their families with dignity. Sub-poverty level waps do not serve the public purpose. Such wages instead place an undue burden on taxpayers and the community to subsidize employers paying inldequate wqes by providing their employees with social services such as health care. housina. nutrition. and encrlY assistance. The City has a responsibiJily when spending public fundi to set a community standard that pennits full-time workers to live above the poverty line. Therefore. contractors and subconb'aCton of City service contract. should pay their employees nothinglclI than the living waae herein described; and WHEREAS, in addition to requiring livinl wages for City services provided by private finns, the City wishes to serve as an example by providing a living wage to all City employees. NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: SECTION I; That Division 6. to be entitled "Uving Wage Requirements for City Contracts", of Article VI, entitled "Proc~ment", of Chapter 2 of the Miami Beach City Code entitled "Administration" is hereby created to read as follow: 1 of9 Chapter 2 ADMINISTRATION . ... . Article VI. Procurement . ... . Division 6. Uvin, Wafe Requirements for Service Contracts and City Emlllo\lees . ... ,.. Section 2-401.R..pr" Deftnltlou (a) "City" means the ,"oVClJlmcnt Qf Miami B~h or any authorized .,ents. any board. .JeIlcy. commission. department. or other cntiJy thereof. or any successor thereto. tb) "Cove~ EmDIQyee" means anyone emDloyed by the Citv or anv Service Contractor. as (\lither defined in this Division. either full or part lime. as an emolovee with or without benefits or as an i~dent contrasrtor. tel.'Covered Bmolowr" means the eil)' and any and all Service Contractorl. whether contractin, directlv or indirectlv with the City. and 8ubcontracton of a Service Contractor. Cd) "Service Contractor". is anv individual. business entity. coJl)Oration (whether for orofit or pot for profit). Dartnenh;p. limited liability COJQpany. joint venture. or t!JDilar business who is conductin, busineu in t4iami BelCh: or Miami Dade County. and meet,J one {I) of the two (2) followin. criteria: {I} The Service Contractor is: (a) paid in whole <<Dart fmm one or more oftheCity'llleneralfund: c-.pital proiect finds. ~fI revenue funda. or IIlV other funds either directly or indiJeCdy. whether by comoetitivc bid procell. informal blell. rcquestl ror pooosaIs. some lann of solicitation. ne,odation. or 8peemenL or anv other decisiOO to enter into a conb'ICt: or (b) enpFd in the bUlineu of. or part of. a contract to pl'Oyide. a subcontraca to provide. or $imilarlv situated to DJOvide. services. either din=cdy or indiJecdv for the benefit of the Citv. However. this doea not awly to contracts related primarily to the sale of produca, or E2dL tel ."CQveted Services" are the tvoe of service. Durchased bv the City that are sublect to the requinmenu of this Division which include the following: (1) Ci,y Service Contracts Contmcts involvin, the City"s expenditure of over $100.000 per year and which include the followin, ~ of servp.: (I) food ~on andIQf di81ribution~ (2) IeCUrity lel'Yi~: (3) routine maintenance services loch as custodial. cleaninl. coa:qputen. refuse removal. l'OJ'air. refinishilUL and rec~ling: 20f9 .. (4) clerical or other non-suoervisol)' office work. whether tefllROrlU:}' or pennanent: (5) transportation and ..kin, services: (6) printin, and ~ction services: (7) landsca-pin,. Lawn. and or _picultural services: and (8) park and public place maintenance (21Should anv services th81 8m bein2 nenonned bv Citv EmQlovees 8l the time t(\is ordinaQce it enacted be IOlicited in the future bv the City to be nerfonned. bv .. Service Contractor. such lerv;ces shall be Covered Services subiect to thi- Division. SECTION Z~ ...F.... LIVING WAGE (a) LlYlnll W.. Paid. (1) Senlee COntndo.... AU Service Contractors. as defined by this Division. cnterinl into a contract with Jbe( City of Miami Beach shall Day to all ita CD\Ployees who provide services covered \)y this Division. a livin. waF of no less than S8.S6 an hoUr with health benefits. or a livin, wlJe of not leas than $9.81 an hour without health ben.fita. as described in this SeetiO'l1 (2) Cltv EDlBloy... Eor Cil)l BlnDI~ under the City Dav plan. the Citv will be,Jin to ~ a livinl! Wa2C ,onsi.tent with the Roall and tenns of this Division on phue.in bais beJinninl in the 200 J -2002 City budpt year. inf!rP..8.iq, on an annual basi, incremcnt8lly so u.st the Uvin. Wqe is fully inwle~ted for Cj-.v employees in the 2003-~ City bud,et year as ~ be a4.jusled Dursuant 10 lubaectiQD (e) below. 'fIIerBaf'ter. ~c; UvinR WIUlI! to be oaid bv the Citv to ita emDloWJe& lIball not be eiect to the annual indexin2 usinl! the ConAumer Price rft~1l for al~ Uno Conaumena CCPI-ID 1IDlirr.d undB subsection eel ~'pw and inatP..8d &hAil be subject to nellotiatiOlU within UJe collective banrainiQR structure. (b) I{ealth Ben.... Por a Covered BJI\PIQYer or the CilY to comJ)Jv wjth the liviDII waee DrOvision by choosin, to pay the lower WIRe scale available when a Covmed BntPlqyer also DrOyjdea health benefits. such health benefits shall consist of pavment of at leui SI.2S :0: hour towmds the provision of health care _fitl for Covered EmglQyees and th i degen_IS. If the health benefits plan of the Coven:d Blnplover or the Citv reauirel an initial period of emploYmlmt for a new employee to be eliJible for health benefiftJ (eliBibiliCy RlrlOf,J) such Covemd EnmJover or Cicv may QualifY 10 DIY the S8.56 per hour wa., scale durin, the new mnplQyee.s initial eligibility period pmvitWt the new emplowe }ViI) be DBid health benefits upon cOlIQ)letion of the ~i8ibmty period. Proof of the proyilion of health benefits must be submitted to the awardin2 authority to qualifv for the waJe rate for emDIQYeeI with health be.ts,., te) Ind-'n.. The livina 'HIe will be automatically jndex~ eICh year _n, the Consumer Price Index for all Urban Consumen eCPI-ID unless the City Commission detennines it would I!9t be fiscally sound to implement the CPI-U in I oarticular year. 30f9 Cdl Certification Reaulred Betore Pavment. Any and all contnK:ts for Covered Services sllQIJ be void. and no funds may be released. unless prior to enterina any 82J"eernent with the ary for a Covered Services contract. the employer certifies to the aty that it wjJJ DaY each of itl el1'\pJo)'eCS no leu than the Jivin2 wqe described in Section 2-408 (a). A cOJ)Y of this certificate must be made available to the public upon J"eQuelt. The certificate. at a minimum. must include the followinll: l1} the namc. Address. and Dhone number of thc emplover. a local contact penon. pc! the soecific DrQjcct for which the Covered Services contract is soueht: (2) the amount of the Covered Services contnICt and the City De,partment the contract will serve: (3) a brief descriotion of the pl'Qiect or service provided: (4) a statement of the wa~ levels for an emolovees: and (Sl a commitment to pay all elIq)loyccs a livin, wal!c. as defined by ~h Section 2-408 (al. eel ObIerYatloD 01 Other La... Bverv Covered Emolovee shall be Daid not Jell than biweekly. and without subsequent deduction or rebate on any account (exceot 81 such oaYrOIJ deductions 88 are directed or pcnnitted by law or by a colJecti ve bqainin, afl'l'CmenO. The Covered ~Ioyer shall pay Covered EnlpIQYCeI wae rates in accordlllce with federal and all other aDDUcable Jaws such u overtime and similar waae !!Da en Podn.. A cOJv pC the livin, waRe rate shan be kept polled by the Covered EmoIQyct at the aite of the work in a prominent place when: it can ellilv be seen and read b~ the Covered BrnplQyees and shall be aawied to the employee within a JaIODabJe time after a reqJICIl to do 10. Pollina R:Quirementa will not be required whe~ the Covered EmploYer prints the followin2 statements on the front of Ihe COYefCd Bn1ploJee's tint D8~k and evmy six montha tbmeaftt:r: "You lire Jeq,u= by City of Miami Beach Jaw to be pmd at Jeut S8.56 doll... an hour. If you are not paid this hourly rate. contact YOUr e~plo\'el'. an attorney. or the City of Miami Beach." All notices will be printed in BnsJi.h. $Duish. and Creole. C,l CoUedIve Ba....lnt~ Nothin, in this Division shall be read to ~}lire or authorize anv Covered B~pJo,yer to reduce wapi set b] a collective barpinin, apeement or are reauin:d under any prevailin. waJe Jaw. 40f9 SECTION 2-409. Reserved IMPLEMENTATION (8) Procurement $Declftcattons. The liviD! waRe shall be required in the orocurement .pecifications for all City service contracts for Covered Services on which bids or Drq)OSalS shall be solicited on or after the effcctive date of this Division. The orocuremcnt loccifications for aooUclble Covered Services contracts shall include a requirement that Service Contl'llCtors and their subcontracton.gree to produce all docomcntJ and records rclatin, to ~yron and comgliance with this Division ooon reauest from the City. All Covered Service contracts awarded subsequent to the date when this Division becomes effective. shall be subiect to the requirements of this Division. (b) Information Distributed. All reQuests for bids or ROUClt. for DrODOSalS for Covered Services contracts of $100.000 or more shall include approDriate infonnation about the reqJlirements of this Divilion. (c) Main_ana of Payroll Record.. P.Al!h CoveRd Bmolover shall maintain uawoIJs for all Covered Employees and basic records rel.n, thereto Ed shall preserve them for a period of three (3) vean or the tcnn of the Covered Senices contract. whichever is lZIeater. The recorda shall contain: (1) the nBlRe and address of each Covered Employee: (2) the iob title and c)ulilleation: (3) the number of hours worked each ~: (4) the 81'OIs w.,es earned and deductions made: (5) annual w"ea paid (6) a CQj)Y of the locial security returns and evidence of oavment thereof: (7) a record of frin2c benefit payments includinlE contributions to awrovcd plana: and (I) a"y other data or information this Division sho~ld require from time to lime. (d) Reuor1lnll Pavroll. Everv I'X (6) months. the Covered Bmatovel' shan fite with the Procurement Director a conmlete oavroll .howinll the Covered BmptOver'l navroll recorda for each Coven!d EmDlovee woddnl on the conlr8ctt's) for Covmm Servicel for one navmll neriod. Upon reouest from the Citv. the Covered ~)o)W shal) 9fOduce for in~tion and cQ1Jyin, its D&vroU records for any or all of itl Covered BInpIowa for any period coveRd by the Covered Service contract. The Citv mav examine oavroll records as needed to ensUftl comoli8llce. SBCTJON 2-410. RM.FI'_ COMPLIANCE AND ~ORCEMENT. ea) ServIce ContndDr to Coooerate. The Service Contractor shall oennit City emolovccs. ,plI. or rcpraentativea to observe work bein, performed 81. in or on the project or matter for which the Service Contractor has a contract. The City I'CJ'I'Csentativea may examine the boob and recorda of the Service Conlractor relatinJ to the emploYlllellt and 1)~1l to detennine if the Service Contractor is in cOfflDliance with the provisions of thil Division. 50f9 . (b) Co_taint Procedur~ and SanetloDs. en An employee who believes that this Division aoplies or apDlied to him or her and that the Service Contractor. or the City. is or wu not conwlvin, with the l'DQuirements of this Division has B riJllt to file I cODlPlaint with the Procurement Di~tor of the City. Complaints ~y employees of &Jle,ed violations may be made at any --lJte fIKI shall be investiptcd within tbi~y (301 days by the City. Written and oral statements by an employee shall be treated as confidential 1)J1~ Il\all not be disclosed wUhopt the written consent of the employee ~ the extent tlJJo~ed bv the Florida Statutes. (2) AnY indiYJdtl111 or entitv 011' also file a complaint with the Proc~ment Di~or of the City on behalf of an emlJ1o\'ee for invcstiption by the Citv. (3) It shall be the ~ponsibilitv of the City to investh'IIM all alleptiona of violations of thi. Division within thirty (30) daYL If. at any time.. t. Ci~. upoq investil~on determines that a violatiOn of this Division hiS occ~ it shall. within ~ nO) worki.. ~ of a findin, of non-cOIDDliance. issue a notice of corrective action to the emoloyet' apq;ifyin, all meas of non-coJllPlianc:e and deadlines for IaOlutions of the identified violations. If a Service Contrllctor faill to comply with any notice i..!~. the Ci~ ManlFf or the City Manqer'l delienee may iSl~ an order in writing to the Service Contractor. by certified fIlail or hand deliverv. notifviDl[ the Service Contractor to ~ at an adminiltnllive hearin, before the Ci'y Man.,er or the City Mana2el"'. desitnee to be held at a time to be fixed iq such order. which date shall be not less than five (S) days after service thereof. (41 The proccedin,.. shall be informal. but ,hall afford the Service Contractor the li'lll to t~.tifv in the Service Contractor's own defense. ~t witnesses. be I1lDI'CIented bv counsel. .ubmit re~vant evidence. croll examine witnClses and object to evidence. is) The proceedinp &han be recorded and minutes k. by the City. Any Service Contractor requiting verbatim minutes for ill~rJal n:view may anan,e for the services of a court reoorter at the CXDODlC of the Service ~ontractor. (6) Within ten (10) days of the close of the hearina. the Citv M....er or the Citv Mmar'a _pee .11 mnder a decision in wriain, determi9in, whether or not the Service CQntntctor ;1 in comoIiance. or whether other actiqn shO'&Jd be taken. or whether the matter should be c9ntinued. as the cue may be. and Itatin2 the II:lIOn, and findinp of flCt. m The City Mao.... or the City Man.r'. deaianee shall file findina with the City ClerIc. . shaUsend a true and fP1JlCl ~ of his order ~y certified mailt return receipt req~.ted. or by"and de1iveJy. to the buaineu address u the Service Contractor shall de8ip1ate in wrieine. l.} The City Man..,'s or des.pee's findin.. shall constitute the final administrative action ofthc at)' for purooses of iudicial review under I~te law. 60f9 (9) If a Service Contractor fails to seek timely appellate I'Cview of an order of the City Mana2er or the City Mana2er's desienee. or to complY timely with such order. the Citv may pursue the enforcement of sanctions set forth in Section 2- 410 (c), lel Private RIot of A~tJon Anlut Service Contractor Any Covered Emnlovee of or fonner Covered BIIlDlovee of a Service Contractor may. instead of wiliziml the City admini.lI'II.tiye nmcedure set forth in thil Diyilion. but not in addition to such DI'OCedun:. brinll an action bv filinsr luit .Slain.t the Covered Emolover in any c;ourt of COIQDetent iurildiction to enforce the nrovisions of this Division and P"8v be AWArrtM back nay. benefits. a"onlev'. fees. and cOAta. The anDlicable statute of IimitatioM for "uc:h a claim will be two (2\ wan u omvidM in Florida Statute. Section 95.11(4)(c\ for an action for naYmenl of Wa2ll1. The court _v also ilJ)oose sanctions on the Service COnb'8Clor. includinll those beI'IOII. or entities aidin2 or abetting the Service Contractor. to include walle rellitution to the affected CoveMd EmnJovee and dam_lles oavable to the Covemd Emolo\lee in the sum of QO to $500 for eaclt week each Service Conh1lCtnr is found to have violated this Division. Cd) SandlODl A_lnu Service Contneton. For violations of this Division. the City shall sanction a Service Contractor bv l'CQuirin, the Service Contractor to pay waae restitution at the employers expense for each affected employee an~ may access the folJowinJ: (I) The City ~ impose dam~1IleI in the sum of $500 for each week for each emploYee found to have not been ptid in accordance with this Division; andlor (2) The Oty may~usoend or terminate oavment under the CQvercd Services contract or terminate the contract with the Service Contractor: andlor (3) The Ciay may declare the elJU)lo.,yel' ineli2ible for future servicc contracts for th~ (3) yean or until all oenalties and restitution have been paid in full. whichever ia loo,er. In addition. all erqoloycrs shan be inelipble under this section where principal officers of the employer were principal officcn of an emplQycr who violated this Division. Ie) Public Record of SanetloDs. All such sanctions recommended or imooled shaH be a matter of public record. (n ~... for AldlDl! and Abettin2. The sanctions in Section 2410 eel shall also ap"lv to IQY PlU'\v or parties liclin, and .bettin, in any violation of thi. Division. W Retalladon aad Dllc:r1m1nadoD Barred. A Covered BmoJover shall not dischlJ'2.c. reduce [he coft'\PCDS81ion. or otherwise discriminate .pnst any Coyen:d EmDlo)'eC for IIlIIdDR . coJlU)laint to the Citv. or otherwise uacrtin, his or her rillhts under this Division. participaliosr in any of its proceedinp or uain, any civil remedies to enfon:e hi. or her "JIlts under this Division. Altellations of nltaIiatlon or ctiscriminllion. if found InJe in . oroceedina: under par&p1l,ph (bl or by a court of competent iurisdiction under ~.h eel. shall Rault in an oRler of restitution and reinstatement of a machlUlled Covered Brnplovec with back p.,- to the date of the violation or such other relief as deemed ~'propriate. 70f9 : (hl Enforcement Powers. If necessary for the enforcement of this Division. the Citv A........: Commission mav issue sub,poenas. comoel the attendance and testimony of witnesleI and oroduction of books. DlDefl. recorda. and documents relatin, to paYrOll records necessary for hearinlt. investiptions. and oroceedinp. In cue of disobedience of the lubpocnL the City Attorney may aPlly to . court of comoetent iurisdiction for an order reouirin2 the attendance and testimony of witnesses and nroduction of books. plq)Cn. records. and documentl. Said court. in the case of the refusal to obey such 8ubj)oena. after notice to the person sub>>oenaed. and upon findin, that the attendance or testimonv of such witnessos of the production of such books. Daners. records. and documents. u the C8Ie may be. is relevant or neccss8l:y for such hearin,s. investiptions. or proceedin,s. may issue an order requirin2 the attendance or testimony of such witneaaea or the production of such documents and anv violation of the court's order may be punishable by the court IS contcrIlJ)t thereof. (i) Remedla Herein Non.ExeluJve. No mme4v set forth in this Division is intended to be exclusive or a prerequisite for ISIertin, a claim for ~lief to enforce the ripts under this Division in a court of law. This Division shall not be constn1ed to limit an ~Iovce's ript to brinlt a common law cause of action for wronJful termination. SECI'ION 2. REPEALER. All ordinances or pms of ordinances in conflict herewith be and the same arc hereby repealed. SECTION 3. SEVERAQILlTY. 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 he~by ordained that the provisions of this Ordinance shall become and be made 8 part of the Code Qr the City of Miami Beach, Florida. The sections of this Ordinance may be returned. 80f9 SECTION 5. EFFECTIVE DAJ~. This Ordinance shall take effe<:t on the 28th day of Aprll . 2001. PASSED and ADOPTED this ~ day of April. 2001. A nEST: JJJt1 MAYOR fuLl.J- falc.1~ CITY CLERK 1st radinl 2nd reading XX Ordinance No. 2001-3301 APPROVED AS TO FORM cl LANGUAOB & FOR BXBCUTlON r-;;~L 1QlNY-~---...--_.. 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 IIADMINISTRATION"; BY AMENDING ARTICLE VI, ENTITLED "PROCUREMENT"; BY AMENDING DIVISION 6, ENTITLED .IUVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES";BY AMENDING SECTION 2-408(b), ENTITLED "HEAL TH BENEFITS", THEREIN, TO PRESCRIBE A MAXIMUM PERIOD OF TIME FOR THE uELlGIBIUTY 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 aU citizens; and WHEREAS, such public expenditures should be spent only with deliberate purpose to promote the creation of full-time. permanent jobs that alow citizens to support themselves and their families with dignity; and WHEREAS, sub-poverty level wages do not serve the public purpose, and such wages place an undue burden on taxpayers and the community to subsidize employers paying inadequate wages by providing their employees with social services such as health care, housing, nutrition, and energy assistance; and WHEREAS, the City has a responsibility when spending public funds to set a community standard that permits full-time workers to live above the poverty line, and therefore, contractors and subcontractors of City service contracts must pay their employees nothing less than the living wage herein described; and WHEREAS, in addition to requiring living wages for City services provided by private firms, the City wishes to serve as an example by providing a living wage to all City employees. . NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH. FLORIDA AS FOLLOWS: SECTION 1. AMENDMENT OF CITY CODE That Section 2-408(b}, entitled "Health Benefits", of Division 6, entitled "Living Wage Requirements for Service Contracts and City Employees", of Article VI, entitled "Procurement", of Chapter 2, entitled "Administration, of the Miami Beach City Code Is hereby amended to read as follows: Chapter 2 ADMINISTRATION * * * Article VI. Procurement * . * Division 6. Living Wage Requirements for Service Contracts and City Employees * * * SECTION 2....08. LIVING WAGE . . . (It) H..lth ..R...... Fer a CEr.....st EMpleyer er Ihe Cit,. Ie _Mply wiIh the 1i')iAfi VJ8fie pfe'ABien by sheesiAfl te pay Ihe IEFJJer lJ'J8ge B88le 8')8lable ,'AteA a CwJere" IiMpleyer aile prvvkl81 healUl beAefit8, lush health benefita Ihall GBAsllt ef payfReAt ef at least $1.2& per heyr _l8ml the pFe~:18IeR ef health 88M beAetIte fer Ce\'e.. &mpley8e8 aA" lIelr "epeA"eAt8. If the heal~ benefits plaR sf the CEr/erest impleyer er ~e City re~lree an IAitial peFiM ef empleyment fer a Aew eMpleyee te be eligible fer health seRefit6 (elifilbllllv p.Fiest) Iwsh Ce./e'" Iimpleyer er C~ may ~Yalify Ie pay the SI.I& per hewr .fJafielGale "YFlng the Aew emp.e', eligibility peFie8 pF&\;de" the new empleY88 vAil be pal" health seAetil& ..peA GeMpletleA sf the eligibility peAe". Prest ef the pNMBieA ef h8altllla8flefit8 mwst be .Ytamlttest Ie the a'.va~iAg awtheFlly 18 ~Yall~' fer the 'Nale Fate for e",..18)'8e. with health taeRefits. ~) Health aeneflts: .llalblltv Derlod. For a Covered EmDloverorlhe Cltvto comDlvwith the livinG waGe provision bv choosInG to DaY the lower waGe scale available when a Covered EmDlover also Drovid88 health benefits. such health benefits shall consist of oavment of at least $1.25 Der hour toward the provIsion of health benefits for Covered EmoIovee8 and their deDendents. It the health benefits Dlan of the Covered EmDlover or the City reauir8s an initial ceriod of emDlovment for a new emDlovee to be eliaible for health benefits (eliGibility period) the living waae Drovlsion shan be comDlled with as follows durinG the eliGibility oeriod: (1) Provided the new emDlovee wit be oaJd health benefits UDon the comDletlon of the ellqiblltv Defied. 8 Covered EmDlover or the CItv mav onlv QUalify to DaY the $8.56 per hour wace scale for a term not to exceed the first nlnetv OK>) dava of the new emDfovee's ellalbllltv Deriod. said term commencing on the emDlovee's elate of hIre.