Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-037Temp. Reso. # 11158 April 11, 2007 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2007-- �3:]� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING AN EXPENDITURE NOT TO EXCEED $44,000 FOR TEMPORARY WORKERS UTILIZING THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE AGREEMENT WITH DEANNA ENTERPRISES, INC.; AUTHORIZING BUDGET AMENDMENTS FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is responsible for treating canals and drainage areas within the City to protect against flooding and to enhance the aesthetic appeal of the City's waterways; and WHEREAS, an excess of aquatic vegetation may impede water flow and drainage and is not consistent the standards of appearance which have been set; and WHEREAS, aquatic growth in canals and drainage areas significantly increases due to factors such as a higher rainfall during the six month rainy season typically from May through October, the introduction of nutrients through the application of lawn fertilizers, the presence of grass clippings, and the intensity of the sun from South Florida's sub -tropical climate; and WHEREAS, increased precipitation during summer months and the potential for torrential downpours associated with hurricane season present a risk of flooding; and WHEREAS, limited access for mechanical removal of aquatic vegetation and legal limits on chemical treatment necessitates hand removal of aquatic vegetation; and WHEREAS, the Stormwater department remains responsible for daily maintenance, debris removal, and emergency work to the City's canals and drainage areas, removal of Temp. Reso. # 11158 April 11, 2007 Page 2 excess vegetation would interfere with these essential duties; and WHEREAS, due to the seasonal labor force requirements of this work, the Public Works Department has determined the use of temporary labor to meet said needs is the fiscally responsible solution; and WHEREAS, City of Tamarac Code §6-155 allows the Purchasing/Contracts Manager the authority to waive purchasing procedures to procure supplies, materials, equipment, and services which are subject to contracts with other governmental agencies when the best interest of the City would be served; and WHEREAS, the Southeast Florida Governmental Cooperative Contract for Temporary Workers with Deanna Enterprises, Inc., was found to be advantageous for the City of Tamarac, herein referred to Exhibit A to the Agreement between the City of Tamarac and Deanna Enterprises, Inc., a copy of which is on file in the Office of the City Clerk; and WHEREAS, the City of Tamarac is a member of the Southeast Florida Purchasing Cooperative, and is eligible to utilize the Agreement entered into by the Town of Davie with Contractor in accordance to Article V, Section 6-154 of the City of Tamarac Code; and WHEREAS, the City of Coral Springs assumed the role of Contract Administrator on behalf of the Southeast Florida Governmental Purchasing Cooperative as evidenced in Exhibit 1: and WHEREAS, Deanna Enterprises has agreed to honor the prices, terms, and conditions of the Purchasing Cooperative Contract as evidenced in Attachment B to Exhibit 2; and WHEREAS, the Director of Public Works and Purchasing/Contracts Manager 1 1 Temp. Reso. # 11158 April 11, 2007 Page 3 recommend that the City utilize the Contract with Deanna Enterprises, Inc. to acquire temporary labor; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to acquire temporary labor utilizing the Purchasing Cooperative Contract with Deanna Enterprises, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to execute an agreement, hereto attached as Exhibit 2, with Deanna Enterprises, Inc. in an amount not to exceed $44,000 for temporary workers; and SECTION 3: All budget amendments for proper accounting purposes are hereby authorized. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. Temp. Reso. # 11158 April 11, 2007 Page 4 SECTION 6 passage and adoption. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this� h day of 42121 2007. ATTEST: MARION SWE SON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. AMUEL S. GOREN C:-r, ATTORNEY RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM. PORTNER DIST 2: COMM. ATKINS-GRAD DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER 1 city of Coral Springs purchasing Division Memo To: Town of Davie City of Lauderdale Lakes City of Oakland Park City of pompano Beach City of North Miami City of Deerfield Beach City of Ft. Lauderdale From: Gail Dixon, Purchasing Agent I) AD CCr File 04-0-2-22M Dale: 1122/2006 Re: Temporary Employment Setvices(Office Personnel, Sid #$2004-249 - Renewal This memo is to inform you that the Coral Springs City Commission, at their regular meeting of November 21, 2006, renewed the contract for "Temporary Employment Services/Office Personnel". To the following companies: Field gtyt Pecesetter Personnel Service Temporary Personnel Consultants, Inc. d/b/a Prime Time Staffing, Inc. A-1-A Employment of Miami Office Per onnel: Tri-State Employment Services Atrium Personnel d/b/a Transhire A-1-A Employment of Mlaml The term of this contract is retroactive from November 3, 2006 through November 3, 2007_ I have attached copies of the vendor renewal letters, as well as a copy of the agenda memo. 1 Temporary Reso. No. 11158 Fxtzibit 1 City of Coral Springs City Commission Agenda Item SUMMARY SHEET CITY CO SSION MEETING 0 : November 1 2006 DEPA IM T: Financial S 'ces Depet?mcbasirl visa PREPARED BY: Cra i I D i x o P—Ur chasin LA( -'Mt 11 COPIES O: R. Engle, Park$ & Recreation Director R. Glasco-Foderinghain, Assistant City AttorneY I). Russek, Financial Services Director S. Goren, City Attorney SL Temporary F-mployznent Services = da Item=. ITa 'als: REQUESESTED CA TI Renew Southeast Florida Govemmental Purchasing Cooperative Group PRIOR .A,CT10N: Contract Renewed October 18, 2005 City Conu-nission Meeting Contract Awarded December 14, 2004 City Commission Meeting TAFF RECOMME T10N: Renew the contract for Tempozary Employment Services for Field Staff through the S0�theast Flvxida Governmental Purchasing Cooperative Group, Bid #R-2004-249, with the City o Coral Springs acting as Lead Agency to Pacesetter Personnel of Fort Lauderdale, Florida, Teporary Personnel Consultants, Inc d/b/a Nrne Time StaiTmg, Inc. of Fort Lauderdale, Florida, and AIA Employment of Fort Lauderdale, Florida retroactive from November 3, 2006 through Nove ber 3, 2007. The estimated annual expenditure is S45,000. Renew the contract for Temporary Employment Services for Office Personnel through the Southeast Florida Goven mental Purchasing Cooperative Group, Bid #R-2004-250, with the City of Coral Springs acting as leading agency ,with Tri-State Employ�nnent Services, Inc ofNew York, Nev►r York; Atrium Personnel d/b/a Transpire of Fort Lauderdale, Florida; and AlA Employment if Fort Lauderdale, Florida retroactive from November 3, 2006 through November 3, 2007_ The e�spmated annual expenditure is $15,000, Location: X City Wide Specif a NA ATTACl3MEN15 AVAILAB T3I K T QHMENTS AV LE ON HARD COPY- Temporapy Reso. No. 11158 -- Exhibit ]. Subject: Using 2. CITY OF CORAL SPRINGS CITY COMMISSION MEETING OFNovember 21ZOOb ): City -Wide ion for Award Recommendation: Most responsive and responsible Bidder Highest ranked Proposer Other 3_ Is this i ern in the adopted budget? 4. Is this i em in the CIP? 5. Insur e: X 6. Additional informat Qn; X Yes No Yes X No Approved N/A The Cily utilizes temporary employment services in lieu of full time or part time personnel on a regular basis. The hourly rates are low; staff tilne isn't needed to process applications and hire persoraLel. It also affords the ability to obtain personnel in 24 hours notice and if a particular person isn't able to fulfill the job requirements, or additional staff are needed; another persona can be request d and report to work the next day. Multip a vendors are selected for this contract, as the Worldorce available from each will vary. Multip a vendors allow the City a better opportunity to find good workers. Over the course of the past eight years the City has hired at least six former temporary workers for full-tim►e positions- They have Im oven to be excellent workers. The City of Coral Springs is taking over as lead agency for this contract from the Town ofDavie due to time constraints. Since this is the final renewal option, the City will prepare a Bid in the fall of 2007 for these services. The Parks & Recreation Department has been the main user ofthis contract for janitoririal personnel, irrigation and grounds crews with greaa success. The quality and dependability of the temporary pain time staff has been quite good and the cost savings substantial. Other departments have utilized these contracts for legal secretaries, receptionists, accounting clerks and litter pick-up crews_ In addition, staff can be requested one day before they are needed ati,d can be utilized on a day-to-day basis to cover vacation or workman's comp injuries if uecvssary. Memorandam, City Commission Temporary Employment Services November 21, 2006 Page 3. Temporary Reso. No. 11158 -- Exhibit 1 lExamples of positions and hourly rates are as follows: Hourly Hourly Position -- VMdor Rate _ Vend r Rate Mainte I ce Worker Pacesetter $8.71 Pxixnetime $9.04 Custo an Pacesetter $8.71 PrimIdIne $9.04 Park Aa e Pacesetter $8.71 AlA $9.62 Clerk/Receptionist Tri-State $8.40 Atrium $9.69 Secret ' Tri-State $9,60 A1.A. $11.46 Cashi4Custoxxmer Service A 1 A $9.62 Tri-State $10.40 This renewal option does include a 4 % increase, which vas requested by the verndoxs due to the in in the minimum wage and current low unemployment rate. The contract allows for cost increases at contract renewal if the vendors request it ddrty days its advanc-c and can justy the increase. The tight labor market requires a higher rate of pay in order to obtain quality workers. The City experiences a considerable cast saVi gssas the hourly wage includes Worker's Compensation insurance and social security taxes. Funding for these services is included in the using Depar ment's operating budget in the Temporary Salaries account_ L I Temporar-y Reso. No. 11158 - Exhibit 1. DEPA-- 'M1=NT ©P FINANCIAL SERV =S _ CITY OF ii FLORIDA l�nn.r PURCHASING DIVISION NOember 22, 2006 Gwrie J. Harris, C_E,O. A- -A Employment of Miami 300 Biscayne Boulevard, Suite 100 Nfi uni, Florida 33137 Southeast Florida Governmental Purchasing Cooperative Group Bid #R-2004-7-49 — Temporary Employment Services/Field Staff & Office Personnel M9. Harris: i pleased to inform you that the Coral Springs City Commissiozi, at their regular sting of November 21, 2006, renewed the aforementioned contract to your company. term of this contract is retroactive from November 3, 2006 through November 3, 7. At present time, this office does not have on file your Certificate of 1wuran,ce, which is requirement to this contract. Please forward to this office as soon as possible your C ' ficate naming the City additional insured. Th City looks forward to continuiuug our successful business relationship in this regard. If ou have any questions or concerns in this matter, please do not hesitate to contact P basing Agent Gail Dixon in this office. Angelo galomone Purchasing Administrator AS:C,n 9551 West Sample Road - Corral Spirings, Florida 33065 Phone (954) 344-1100 - Fax (954) 344-1156 WWW.cara1spr(n92'0r9 ■ ....- sr ,� jfI��r�r-l�W�i�i�R- 11158--F...xhibit 1 PURCHASING DIVISION November 22, 2006 N&. Patrick Williams, CE.Q. Teinpora>;y Personzael, ConsUltauts, luc. 3460 West $coward Boulevard FortLauderdale, Florida 3331.2 Reference: Southeast Florida. Caovemmeat~al Purchasing Cooperative Group Sid #R^2004-249 —Temporary Employment Services/Field Staff Dear Mr. Williams. i am pleased to idorm you that the Coral Springs City Comm fission, at their regular meeting of November 21, 2006, renewed the aforementioned contract to your company -ne term of this contract is retroactive from November 3, 2006 through November 3, 2007. At the present time we do not have your Certificate of Insurance, which is a requirement of this contract. Please forward to this office as soon as possible your Certificate Warning the City as additional insured. ne City looks forward to continuing our successful business relationship in this regard. If you have any questions or concems in this Matter, please do not hesitate to oo>ltact P= asiag, Agent Gail Dixon in this office. Sincerely, Angel alomone Purchasing Administrator AS:cn 9651 west Surnple Rand - Coral springs, Flonde 33065 Phone (SS4) 3"1100 a Fax (954) 344-1186 www.caraispcinga.org ,.... - ... tjx,4 wcj r— `i it -qry r t ;` 11138 -'E-x itii- I PURCHASING DIVISION November 22, 2006 Ms. Strsau Prig, General Manager Pacesetter Persozmel Service , 3 81 Fast. Commercial Boulevard Fort Lauderdale, Florida 33334 Reference: Southeast Florida. Governmental Purchasing Coaperative Getup Bid #R 2004-249 -- Temporary Employment-Sen4ceslField Staff Dear Ms, Puig: I am Pleased to infum you that the Coral Springs City Cvmm'ssion, at their regular meeting of November 21, 2006, renewed the aforementioned contract to your company. The term of this contract is retroactive from Navember 3, 2006 through November 3, 2007. Please continue to provide this office with your Certificate of Insurance, namizig tho City of Coral' Springs as additional insured, throughout the team of this contract. The City looks forward to continuingour successful business relationship in this regard. If you have auy questions or concerns in this matter, please do not hesitate to contact Purchasing Agent Gail Dixon in this office_ Sincerely, Angelo Saloraone purchasing Administrator A.S:cn 9651 West Sample Road • Coral Springs;.- Florida 33065 Phone (994) 3A4.1160 • Fax (954) 344-17 65 www,caralspr1n 9s.0 r9 #jk1bA 1.11.58 — Exhibit 1 PURCHASING DIVISION November 22, 2006 mr. Scott Rasbach, Vice President Trawl -fire Employment Services ,3601 West Commercial 13oulevard, Suite 12 Fort Lauderdale, Florida 33309 Reference: Southeast Florida Governmental purchasing Cooperative Cirorap Bid 4R-2004-249 — Temporary Employment Services/Cfflee Personnel Deaf: Mr. Rasbach; X am pleased to infoun you that the Coral Springs City Commission, at their r4qflar meeting of November 21, 2006, renewed the.aforementioned contract to your company. The team of this contract is retroactive from November 3, 2006 through November 3, 2007. Please continue to provide this.office with your Certificate of Insurance, naming the City of Coral Springs as additional ins=d, throughout the term of this contract. The City looks forward to continuing our successful business relationship in this regard. If you have any questions or toners in this matter, please do not hesitate to contact Purchasing Agent Grail Dixon in this office. Sincerely, A.nge o Salomone Purchasing Administrator AS:r,n 9551 West Sample tided • Coral Springs, Florida 3306S Phone (954) 34 ►1100 - Fax (954) 344.1156 WWW.coralspringr-mg r Ltok.qj�jA 11158 - Exhibit 1 " PURCHAgING DIVISION November 22, 2006 Mr. Robert Cassera, President TH-State Employment Service, Inc. 160 Broadway, 15" Floor New York, New York 10038 REFERENCE; Soutb�t Florida Governmental Purchasing erva Cooperative eoStaff Bid OR 2004-249 — Temporary mP y Dear Mr_ Cassera_ I am pleased to inform you that the Coral Springs City Comnussion, at their -regular muting of November 21, 2006, renewed the aforementioned contract to your company. The term of this comtract is retroactive from November 3, 2006 tluough November 3, 2007. At the present tame we do not have your Certificate of Insurance, which is a requirement of this contract. Please forward to this office as soon as possible your Certificate names the City as additional insured. The. City looks forward to continuing our successful business relationship in tws regard. If you have any questions or concems in this matter, please do not hesitate to contact purchasing Agent Gail Dixon in this office. Sincerely, Angelo S alomont Purchasing Administrator AS_czi 9551 west Sample Road - Coral Spiln9sr Florida 33065 Phone (954) 344-4100 - FOX (BS4) 34d-' 186 v nvw.coralsprinqz-ard CITY DI" 7anuuy 3, 2007 pURCHASING DIVISION Mr. Maxk Birenbaum, Vice President Sale$ pacesetter Personnel Service post.office Box 2146 Houston, T•cXas 77252 Reference: Southeast Florida Governmental Purchasing Cooperative Group Sid #R 2004-249 — Tempos Employment Services/Field Staff Dear Mr. Birenbaum: Pursuant to your letter dated December 22, 2006 regarding your request for a rate increase, the City of Coral Springs, acting as lead agent for the Southeast Florida Governmental Purchasing Cooperative Group Bid mentioned above, sent a letter to your con'ipa'1nJ' on November 22, 2006, renewing this contract for the f nal one-year term with a four percent (4°/p) price increase. all members were in agreement that your At the December 2006 Cooperative meeting, sitions utilized request for additional price increase should be denied, All of the po a Therefore, through the contract art paid at a rate well above the new min wag your :request for an additional increase is denied. Szricexcly, ela alomour- purchasixag Administrator AS:ca cc: - G. Dixon, purchasing Agent 11 SE Florida Governmental Purchasing Cooperative Group 9551 West Sagnple Road • Coral Springs, Florida 33065 phone (954) 344-11 p0 ' Fax (954) 3441186 wW W,coralsprings.er City of Tamarac: Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND DEANNA ENTERPRISES INC., D/B/A A-1-A EMPLOYMENT OF MIAMI THIS AGREEMENT is entered into on 12rd 2007 between the City of Tamarac, a municipal corporation with�—Princil5al offices located at 7525 NW 88" Avenue, Tamarac, Florida 33321 (City) and Deanna Enterprises, Inc., d/b/a A-1-A Employment of Miami, a Florida corporation with offices located at 3050 Biscayne Blvd., Suite 100, Miami, Florida 33137 (Contractor) for the purpose of providing Temporary Blue Collar Personnel Services to the City of Tamarac. WHEREAS, the City is in need of Temporary Blue Collar Personnel Services to perform various duties on behalf of the City; and WHEREAS, the Town of Davie competitively solicited for, and entered into an Agreement for Temporary Blue Collar Personnel with Contractor on behalf of the Southeast Florida Governmental Purchasing Cooperative; and WHEREAS, the City of Coral Springs assumed the role of Contract Administrator on behalf of the Southeast Florida Governmental Purchasing Cooperative; and WHEREAS, the City Commission of the City of Coral Springs approved a renewal of the Temporary Blue Collar Personnel Services Agreement through November 3, 2007; and WHEREAS, the City is a member of the Southeast Florida Governmental Purchasing Cooperative, and is eligible to utilize the Agreement with the Contractor in accordance with Article V, Section 6-154 of the City of Tamarac Code. Now therefore, the parties hereby agree to the following: In return for valuable consideration in an amount based upon actual usage of Temporary Blue Collar Personnel Services, Contractor shall comply with the terms and conditions within the original bid, as amended, attached hereto as Exhibit A. All terms and conditions of the contract documents set forth in Exhibit A are incorporated herein as if set forth in full, except as modified by the proposal specific to the City of Tamarac as set forth in Contractor's Proposal dated March 27, 2007, attached hereto as Exhibit B, and incorporated herein as if set forth in full. Services shall include the provision of temporary blue collar personnel for use by the City. 2. Contractor Agrees to, in the performance of work and services under this Agreement, to comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. 3. Pricing: Pricing for General Blue Collar Labor services shall be in accordance with Exhibit B, for ($12.72) per hour as indicated in Exhibit B herein, however, the total sum of the Agreement shall not exceed a cap of $50,000. 4. Term: The term of this Agreement shall be until completion of the City project, effective on the date of approval of this Agreement. UACONTRACTSIAgreement — 2007 A-1-A Personnel.doc City of Tamarac Purchaisiog and Contracts Division 5. Upon execution of this Agreement, all references made to the Town of Davie or to the City of Coral Springs Agreement in Exhibit A and Exhibit B shall be interpreted as pertaining to the City of Tamarac, and all terms and conditions of Exhibit A and Exhibit B shall be deemed as having been implemented for use within the City of Tamarac. It is understood that wherever the words "agency name" or "agency board name" appear, they shall be read as "City of Tamarac" and "City of Tamarac Commissioners". 6. Insurance: In addition to the insurance requirements stated in the Town of Davie Agreement, Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City. Contractor shall maintain such insurance in full force and effect during the life of this Agreement, and be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. The following minimal insurance coverage shall be provided: a. Worker's Compensation Insurance: The Contractor shall procure and maintain for the life of this Agreement, Workers' Compensation. Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -consultant that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company. Sixty-(60) days notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. b. Comprehensive General Liability: The Contractor shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability; Explosion, Collapse, Underground Hazard; Broad Form Property Damage; Cross Liability and Severability of Interest Clause. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. c. Business Automobile Liability: The Contractor shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. d. The Contractor's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". WCONTRACT&4greement — 2007 A-1-A Personnel.doc of Tamarac and Contracts Division e. If the Contractor is to provide professional services under this Agreement, the Contractor must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. (NOTE: Professional Liability insurance is NOT required for this project.) f. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in the State of Florida. "Occurrence" form policies are required. g. In the event that sub -contractors used by the Contractor do not have insurance, or do not meet the insurance limits, Contractor shall indemnify and hold harmless the City for any claim in excess of the sub -consultants' insurance coverage, arising out of negligent acts, errors or omissions of the sub -contractors. Contractor or any subcontractors shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Contractor shall ensure that all sub -contractors will comply with the above guidelines and will maintain the necessary coverage(s). Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. i. Indemnification: a. Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, its agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractors, any sub -contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b), violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub -consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. UACONTRACT51Agreement — 2007 A-9-A PersonneLdoc of Tamarac Purchasing and Contracts Division b. Upon completion of all services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. c. The Consultant shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. d. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Consultant under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. e. Contractor shall, for all services to be provided by Contractor on behalf of City in this Agreement, be deemed an agent of the City for purposes of sovereign immunity pursuant to section 768.28, Florida Statutes, to the extent permitted by law. 8. Non -Discrimination & Equal Opportunity Employment: During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9. Independent Contractor: This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent WCONTRACTSIAgreement — 2007 A-1-A Personnel.doc of Tamarac Purchasing and Contracts Division . .... . . . . . . . .. . ... . ........... ........... *I,-- I'll, ------ enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 10. Assignment and Subcontracting: Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11. Termination: 11.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 11.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 12. Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 13. Venue: This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 14 Signatory Authority: The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 15. Severability; Waiver of Provisions: Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- ....... ... . .........- ----- ---- .. WCONTRACMAgreement — 2007 A-1 A Personnel.doc of Tamarac Purchasing and Contracts Division enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 16. This agreement, Exhibit A and Exhibit B constitute the entire agreement between the City and the Contractor. 17. No Construction Against Drafting Party: Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 18. Notice: Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person; sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services or by messenger service, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 NW 88tt' Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Deanna Enterprises, Inc. d/b/a A-1-A Employment of Miami 3050 Biscayne Blvd., Suite 100 Miami, FL 33137 Attn: Garrie Harris, Vice -President / Chief Operating Officer Remainder of Page Intentionally Blank ...... _ .,.,...,... WCCNTRACTSIAgreement — 2007 A-1-A Personnet.doc City of Tamarac Purchasing and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and Deanna Enterprises, Inc., d/b/a A-1-A Employment of Miami, Inc., signing by and through its Vice -President / Chief Operating Officer duly authorized to execute same. ATTEST: Marion Swenso , CMC City Clerk CITY OF TAMARAC D to V7 4, /'7.�— Jeffrey UMAr, City Manager Date 4-11(.1 C7 _1.4116101 oved a to form and legal sufficiency: Da uel S. Goren, City Attorney a1Z a10-7 Date ATTEST: atu of Corporate Secretary r Uriai T. Burrows Type/Print Name of Corporate Secy (CORPORATE SEAL) Deanna Enterprises, Inc., d/b/a A-1-A Employment of Miami Co any Name �gnature of Vice resident / COO Garrie Harris Type/Print Na a of Vice -President / COO z q �n -7 L Date City of Tamarac Purchasing and Contracts Divtsin. n CORPORATE ACKNOWLEDGEMENT �11rA1:9i]NMI 1115i]INIby-As :SS COUNTY OF 1 HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Garrie Harris, Vice -President / Chief Operating Officer of Deanna Enterprises, Inc., d/b/a A-1-A Employment of Miami, a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this 21day of y � 44ez , 20 P `l s D NIsE PRADO ' Signature of Notary Public + Com"cDW» State of Florida at Large �M_ E*M en4/2M = 3 an Bonded thru (000)432-4254� / e a Florida Notary Assn.. Inc i ........... ........................•...•..s f9/ 5e- Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced [v� DID take an oath, or ❑ DID NOT take an oath. EXHIBIT A Southeast Florida Governmental Purchasing Cooperative Group CONTRACT AWARD BID/RFP NO.: DESCRIPTION/TITLE: Temporary Services- Blue Collar CONTRACT PERIOD: 11/04/04-11103/05 TERM OF CONTRACT: 2 @ 1 Year YIYYkYYI`i�lYY1i'Jr1iYY/Y1lYY4iiY1'd1YfFiihllri`Y�ii'IY1liaYtY,�Y'Y JYYi'iJliYyyYYSIkYYYWI'h�YiiVY'Y'ItiYYhhi{i�h'Y4Si'IhYh4Yr1YY11ngy�hrYl6�ryhY'YY1aM1�(Y'iYiYYhlliil'1Tl1IlYW1YYYYhYYYp'y�hYY�hhIYYYI�IYYI'l�iY�YYhh'itYYY'i'i�Y'�Yi/Y�Y'1iWYh{{(y{Yl 61=[9111L+I►F13Ieyl;:I$Is]z7F- i7--f79 Vendor Name: Various Vendor Address: Contact: Phone: Fax: Cell/Pager: Email Address: Website: FEIN: rykuAAAoiYfYYIf►Ythili i"ilA kviilh:YiYhh'Yn:tiifnYYY1YYY"Y�1Yrfi':.YYiiYiYin.1'{yYMY'PY'YIIiWiYYYYIi'ifiY"�YYIriY SECTION #2 — AWARD/BACKGROUND INFORMATION Award Date: Resolution/Agenda Item No.: R-2004-249 Insurance Required: Performance Bond Required: Wi�iYY'ItiYrYYYthix'YYi�I'ntiYnr➢h3tfihhYYiiY'ri��r1YY'&YrY'inY'YYY�YtiY►YYwi'�YY1YYi�h'�Y'Y'r=.rolYiuiYYmi�Ya`fri'iiailYYrrY�YWYIYYYYtiYYYYY'Y'�Y'y'Y1'i1YiiYupy'�rYY'rYi WY'Yur�itYsrYYFfYiYhYftiiYr'YCiYYrYYYwYNlylrYtY'�tY(YY'rlhririYni SECTION #3 - LEAD AGENCY Agency Name: Town of Davie Agency Address: Agency Contact: Herb Hyman Telephone: Facsimile: Email: MEMORANDUM Department of Budget and Finance To: Bid Specification Committee From: Herb Hyman, CPPB, Procurement Manager Through: Bill Underwood, Budget and Finance Director Subject: Temporary Services -Field Staff Date: October 12, 2004 This is a Southeast Florida Governmental Co-operative Purchasing Group bid with the Town of Davie acting as lead agency. This is the type contract where it is beneficial to make a multiple award. This type of award ensures that the needs of the various using departments and other participating co-op members can be met regardless of quantities or classification of employee required. The bids were analyzed two different ways. The first analysis was based on total dollars using the total hours multiplied by the hourly rates. The second analysis was a simple identification of the lowest bidder for each category of employee. After reviewing the bids submitted, it is my recommendation that the bid be awarded to Pacesetter Personnel, Prime Time Staffing, and A1A Employment in accordance with pricing indicated in the attached bid tabulation. These three bidders had the lowest total prices and also had the lowest unit costs. A 1�1:.SOLl''i�iC)�.: No. R UO - 4j (t•.,��� <� � � L 1f . n t� A RESOLL'IJON OF THE TOWN OF DAVIFI, FLORIDA, ACCEPTING; THF: BIDS 1�()1; TEMPORARY MPORARY SERVICES -FIELD STAFF. WHIrR AS, the Town is in need of temporary field staff from tinto to ti nic; ,uid Wl 1[_REAS, the Town, acting as lead agency for the Southeast Florida Cooperative Purchasing Cmup, ,solicited scaled bids for such temporary field staffing; and WHEREAS, after review, the Town Cow7cil wishes to accept the bid from the thre(, lowest bidders. NMV, THEREFORT, BE .I1' iZESOLVED BY THE TOWN COUNCIL. OF TfIE TOWN OF DAVIF, I�I.URIL)t\: SLC 1'IUN 1. The Town Council hereby accepts the bids from Pacesetter 1 erscnzne[, Prime Time Staffing;, and A IA Employment .for the supply of temporary field staffing in accordance with unit I)MCS identified fii.Attachment "A" SECTION 2, The Town Council hereby authorizes the expenditure from the operating budget Of Oach using department. ,)FC'I'ION 3. 1he initial contract term is one (1) year with options to extend the contract for two (2) additional once (1) year terms by rnr.ltual ag;rc'erxnent of theparties. Contract extensions, if approl>r.iatr., will be handled adalinish-atively by stiff sub)ect to budgetary approval by Totivn Council. 5F CFI( 4. ThiS resolution shall take effect immediately upon its Passage. and adoption. PASST D AND ADOPTEDTHIS �,Ad DAY OF 2004 Atte•ti1--/ zL (�7 TOWN C:L.[iRK V AT'PRO VF1) l-I IIS... t l_),11 01. MAYS)R/CO11NC'II.M)Imril{R . ., 2004 i _..i LLI_ o 0 0 0 0 LL Q o 0 a o 0 Co �0oci� LU O n LD 00 N r M 0 cr .1i n LO 69 U7 69 N 61) M 69 64 ul u7 r r 4 r r a� co o o Oi ai LL r .- 64 69 LL 69 6) o [) a O o 0 0 0 0 0 0o000 z LO N CD 0 O N in 64 64 L-U Q 0 U _._ � _. 2 U') o LO Ln W N O N N LL L� � CD64 609 64 0 0 0 co, 0 O 0 0 o O (Y 000c;o O o IT Ln m W Gi (7 Ci L() CC w- M W 69 CN 69 69 m H •�� LL Q 64 r- a Lo 0. R ❑ a0 00 O 0 H3 69 V4 r 69 o' o a 0 0 ID o a 0 « 0 Lo 0 o 0 Lo 0 co 0 0 U LU F` 4J CD Ln (I-M m F- Z 0 tT cD a0 C- Z Ln o r 69 0) W U 00 co co co w ° a M M M M m 00 00 co co 69 69 69 69 ui .2 o z � o Ln O N (/) W 2 0 0 Z a r Q W 0 W i (V (, Q 111 W W Q LU F— U � c) r N ch Cf L!) LD n -0 O) O r r r r U) o w Q 0 0 00 W U) O O O 00 a' N LO N (D U) U Q M N L f- oc U C33 T LO N 00 00 1- N T O) b4 M 69 69 Nr 69 (F} CO u) (O (D N CO N � L.L 04 64 613 Q64 O 0 O Cn C7 O O C7O O Z O O 0 TqT'oo 0 LLJ LLJ LL1� U) C6 U)LL) O 69 � 69 6q d o O o U-) F (O OD ( v a- Li) LLJ a) Lro 0) 0 U) 64 T (» 6Fr 6R a CD O C7 0 ........ O O O Q O d o 0 0 0 0 (n o o uo o 0 a Y N u) u Q r-- O g W N r-� co r tt] LU CD CD N T 0 0 � � Iq uj Q u7 C7 u7 47 (` 117 n � T V- - 69 a o O O O OCDOOO O O O 0 C) (`) L-0 N CD O (D O (D (D a a Ca N N N co f— CO cV 64 c 64 CO Yb4 to 64 O cry M cD CD EH T 69 T 6F} r 69 uj N L4 U)rr ^^. CD X o = o O Ln O N lh O ly- ►; w z x 0 < w 00 W LLI Q Q uj ❑ Z Y 0 Q W Z W 0 F¢-- U2a(~!1� T N M u7 CO f� aD O O r T r N co ± y $ e g 2 - - ± x 3 G E ƒ u o d o 00 COo = o 0 0 0 C 0 o 0 p >- = 0 (D a 0 a � ^ $ � $ ƒ ) 2 64 m 2 _ 0 « 0 . / E k 0 IL LL. � OD ƒ ƒ ƒ W of .I k � E / / 9 � I 2 u I « / o k 0 \ / E $ ¢ L % & 2 LU 3 OLu « y L e \ y 2 < / k < \ \ �ar�mwcco-2n I. NATURE OF BID The Town of Davie is soliciting bids for an annual contract for the purchase of temporary services -field staff. This is a cooperative invitation to bid issued by the Town of Davie. on behalf of the participating agencies referenced within the specifications, for the purchase of their estimated annual requirements. Any reference in the bid documents to a single entity shall apply to all participating entities referenced in the Invitation To Bid. The terms and conditions of the individual contracts and/or purchase orders including, but not limited to provisions regarding invoicing, individual delivery points, delivery instructions, and insurance requirements shall be established individually by each participating governmental entity prior to award. MUNICIPALITIES AND OTHER GOVERNMENTAL ENTITIES WHICH ARE NOT MEMBERS OF THE SOUTHEAST FLORIDA COOPERATIVE PURCHASING GROUP ARE STRICTLY PROHIBITED FROM UTILIZING ANY CONTRACT OR PURCHASE ORDER RESULTING FROM THIS BID. HOWEVER, OTHER CO-OP MEMBERS MAY PARTICIPATE IN THIS CONTRACT DURING THE RENEWAL PERIOD PROVIDED IT IS ACCEPTABLE TO THE VENDOR(S). Some of the co-op members may currently have a contract in place for the commodities listed herein. Those entities will participate in this bid at the expiration of their current contracts. II. SCOPE OF WORK The successful Contractor(s) will furnish all personnel necessary for the day-to- day operations of all agencies participating in this cooperative bid. Temporary employees must be available and report for work within twenty-four (24) work hours of notification. Contractors who are not able to meet delivery requirements will be considered non -responsive. III. 'PERM OF CONTRACT The bidder will be quoting on a one (1) year contract commencing upon approval by the Town Council. Prices shall remain firm for the entire length of the contract. This contract may be renewed for two (2) additional one (1) year terms by mutual agreement of the parties. The Town will issue a notification of intent to renew by mail ninety (90) days prior to the expiration date of the contract. The vendor shall be required to respond within thirty (30) days of receipt of notice. All terms and conditions of the original contract will remain unchanged for any contract extension. - 1 - The prices offered and accepted must remain firm for the first full year of the contract. Such costs for the second year are subject to an adjustment only if an increase occurs throughout the local industry, but any such increase may not exceed 4% per year. Any such increase must be documented and submitted in writing to the Town at least ninety (90) days prior to the contract anniversary date. The Town may, after examination, refuse to accept the adjusted costs if they are not properly documented or if they are considered by the Town to be excessive. Ir the event that the Town determines that the costs as submitted are not properly documented or are excessive and the matter can not be resolved to the satisfaction of the Town, the contract can be canceled by the Town upon thirty (30) days written notice to the Contractor(s). EXCEPTION: If the Federal Government revises the minimum wage, the Contractor shall have an opportunity to request immediate price relief. All requests must be in writing with full documentation. IV. PUBLIC ENTITY CRIMES INFORMATION A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime 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 a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287,017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. V. DISCRIMINATION: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide 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 on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. VI. MINIMUM REQUIREMENTS The Contractor must have a minimum of three (3) professional personnel recruiters/counselors on full-time staff, whose names and resumes should be provided with your bid. Bidders shall provide at least three (3) satisfactory similar references with whom they have contracted; which should be organizations with more than 100 employees, with an average annual billing of at least $50,000.00. Contractor shall at a minimum, pretest potential candidates for the positions listed -2- herein and conduct a background check. Additionally, the Contractor shall perform a driver's license check for any candidate where job classification requires the operation of a vehicle. The using agency reserves the right to review the tests given to prospective employees of the Contractor, to determine the suitability of the tests given and standards applied to applicants to assess whether the applicants meet the stated job qualifications. The using agency shall also have access to information compiled from the background and driver's license checks. The personal interviews must establish the candidate's qualifications, background and experience. Any agency using this contract reserves the right to interview and accept or reject any candidate referred by contractor for a specific requirement. Further, the using agency reserves the right to require the Contractor to provide replacement temporary employees, if, in the opinion of the using agency, the Contractor's personnel do not meet the job requirements. VI1. TEMP TO HIRE Should an opening for a permanent position within a co-op agency come available, the temporary worker may apply for this position. The co-op agency reserves the right to hire this temporary worker without any financial obligation to the Contractor. VIII. VACATION PAY If a temporary worker qualifies for a vacation under their employment contract with the Contractor, that employee will give the co-op agency two (2) weeks notice before the start of such vacation. The Contractor shall be responsible for any vacation pay due the employee. Additionally, if the assignment is ongoing at the time of employee's vacation, the Contractor will provide a replacement employee. IX. OVERTIME Should any assignment require the temporary employee to work more than forty (40) hours in any given week, the co-op agency shall pay an overtime rate equal to 1 1/2 times the hourly rate specified in the Contractor's bid. X. AWARD OF CONTRACT The Town of Davie reserves the right to accept or reject any or all bids. The Town further reserves the right to award the contract on a split order basis, lump sum, or individual item basis, or such combination as shall best serve the interest of the Town. Each participating agency will award the bid and execute its own contract with the Contractor(s) in accordance with their respective purchasing policies and procedures. XI. QUANTITIES No warranty or guarantee is given or implied as to the total amounts to be purchased resulting from this contract. The quantities stated in this bid are -3- estimates of annual usage, to be used for bid comparison purposes only. All services will be ordered on an as needed basis. The minimum request will be for one (1) day (eight (8) hours). The successful Contractor(s) shall be required to submit a report to the Town of Davie detailing all contract usage by all participating co-op agencies on a quarterly basis. XII. SERVICE AREA By submitting a response to this bid, the Contractor certifies that it will be able to respond to the manpower requirements of ALL co-op agencies listed below in section XIII. If Contractor plans to service these clients from multiple offices, the complete address, phone and fax numbers, and an office contact must be listed as an attachment to the pricing page XIII. PARTICIPATING AGENCIES Town of Davie City of Oakland Park City of North Miami City of Fort Lauderdale City of Lauderdale Lakes City of Coral Springs City of Pompano Beach City of Deerfield Beach A complete list of Co-op members has been provided herein. Any member not specifically mentioned above may participate pursuant to the provisions of Section I of this specification. XIV. INSURANCE The Contractor shall furnish proof of Worker's Compensation Insurance, Commercial General Liability Insurance, Business Automotive Liability Insurance and Professional Liability Insurance. The Contractor shall carry in force at all times the insurance coverage and the Town will be included as "Additional Insured". Insurance requirements are as follows: Worker's Compensation & Employer's Liability Insurance Limits: Worker's Compensation - Statutory Employers Liability - $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee) Commercial General Liability Insurance - coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for premises/operations; products/completed operations; contractual liability; independent contractors. Business Automobile Liability Insurance - coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: owned autos, hired autos and non -owned autos. Insurance must be furnished to the Towri s Purchasing Division and notification received of its approval by the Town PRIOR TO THE COMMENCEMENT of any work. The Town will be given fifteen (15) days written notice of any cancellation or material change in any policy. Contractor shall furnish co-op members with a certificate of insurance upon request. XV. INDEMNITY/HOLD HARMLESS The contractor agrees to indemnify and hold harmless the Town, its officers, agents, and employees from any and all liability, defense costs, including attorneys' fees, and all other fees incidental to the defense, loss, or damage the town may suffer as a result of claims, demands, costs, or judgments against it arising from the subject project. Nothing in this agreement shall be construed to affect in any way the Town's rights, privileges and immunities as set forth in Florida Statutes 768.28. XVI. PERFORMANCE BOND Some of the participating co-op agencies may require a performance bond. Should a co-op agency require a bond, the Contractor is required to have a valid Performance Bond in force covering the work being performed. Bond must be in the amount of 100% of total amount of contract guaranteeing the co-op agencies the satisfactory performance of the work covered in such Contract. XVII.QUALIFICATIONS OF SURETY A Performance Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five years. XVIII.PAYMENT Payments will be made in accordance with the accepted practice of each co-op agency. In no case will the payment date exceed the legal requirement as set forth in the Florida Prompt Payment Act. XIX.CANCELLATION The Town of Davie reserves the right to cancel this contract upon written notice should the bidder fail to reasonably supply services as outlined herein. XX. POSITION CLASSIFICATIONS 1. CUSTODIAN/ JANITOR -5- NATURE OF WORK: This is manual work providing general janitorial services. Work involves responsibility for cleaning restrooms, offices, and meeting rooms. Work is reviewed by a superior through observation of work activities, task completion, and efficiency of operation procedures. ILLUSTRATIVE TASKS: Sweeps and washes hard surface floors. Vacuums carpeted floors. Dusts office furniture and all horizontal surfaces. Cleans restrooms including showers, toilets, mirrors, sinks, etc. Responsible for making sure that all paper products are properly stocked in all dispensers. Performs related work as required. KNOWLEDGE, ABILITIES AND SKILLS: Ability to readily perform assigned tasks and to adhere to established procedures. Ability to follow oral and written instructions. Ability to deal courteously with other employees and city officials. DESIRABLE EXPERIENCE AND TRAINING: Graduation from high school or any equivalent of training and experience. Ability to communicate in the English language. 2. MAINTENANCE WORKER NATURE OF WORK: This is manual work in construction, maintenance, and service activities. Work involves performing manual tasks which do not require a high degree of manipulative skill or previous experience in order to do an effective job. Work is usually performed under immediate supervision, although recurring work assignments may be carried on under general supervision. Assignments often include the use of standard hand tools, the occasional operation of light trucks or other equipment on a relief or fill-in basis. Work is reviewed while in progress and upon completion. ILLUSTRATIVE TASKS: Assists in cleaning and unclogging sewer lines, manholes, and catch basins; cleans street gutters and patches holes; picks up trash, debris and brush; loads debris onto trucks. Assists in laying sewer and water lines and making connections; assists in building manholes and catch basins with brick, rock and concrete. WE Performs a variety of ground maintenance work; cultivates, prunes, sprays, and trims trees and shrubbery; cuts grass and weeds with hand tools and mowers; assists in clearing park lands and right-of-way areas. Cleans traffic islands; operates a sprayer in weed control programs. Works on street construction and maintenance crew performing general laboring tasks such as breaking pavement, pouring and shoveling asphalt and concrete, or tamping and smoothing asphalt and concrete; operates manual compactors; digs out holes with manual and automatic digging tools. May operate an air compressor or automotive equipment, including light duty trucks. Assists in general repair work involving rough carpentry and painting tasks; assists in the construction of buildings and structures; moves and relocates bleachers and other equipment for special activities. Cleans machinery, clarifiers, drying beds, and chlorine tanks at treatment plants. Performs related work as required. KNOWLEDGE ABILITIES AND SKILLS: Some knowledge of manual maintenance and construction work procedures and tasks. Ability to acquire some skill in the use of standard equipment and hand tools used in the area of assignment. Ability to perform heavy manual labor for extended periods as required by work assignments. Ability to understand and follow oral and written instructions. Ability to establish and maintain effective working relationships with the general public, co-workers, elected and appointed officials and members of diverse cultural linguistic backgrounds regardless of race, religion, age, sex, handicap, or political affiliation. DESIRABLE EXPERIENCE AND TRAINING: Graduation from high school; or any equivalent combination of training and experience. 3. PARK AIDE NATURE OF WORK: This is custodial, grounds maintenance, and security work in a county park or community center. -7- Works involves participating in a variety of maintenance functions to provide proper cleaning and caring for park facilities or community centers. Work also involves occasional park management functions. Work is performed under general supervision within standard policies and operational directives. Work is subject to review in progress or upon completion of tasks. ILLUSTRATIVE TASKS: Performs maintenance and security work at a park facility; maintains interior and exterior of buildings in a clean and orderly condition; scrubs, mops, and polishes floors, washes windows; sets up tables and chairs. Assists in managing community center facility; schedules events at the community center. Assists in the recording of permits and related forms and in the collecting of admission fees from park patrons. Has responsibility for signing playground equipment in and out. Assists with community -wide recreational activities. Supervises park facility in absence of a supervisor. Operates and is responsible for maintenance equipment related to care of athletic fields and turf. Performs related work as required. KNOWLEDGE ABILITIES AND SKILLS: Knowledge of the operational and maintenance requirements of typical park facilities and equipment. Some knowledge of the safety hazards inherent in the use of the playground or other facilities and the necessary precautionary measures. Some knowledge of first aid. Ability to follow oral and written instructions. Ability to communicate effectively with the public. Ability to assist in managing activities in a park. DESIRABLE EXPERIENCE AND TRAINING: Graduating from high school; some experience in park and recreation operations, campgrounds, custodial work, lawn maintenance or related field; or any equivalent combination of training and experience. NECESSARY SPECIAL EQUIPMENT: Possession of a valid Florida Driver's license at time of appointment. WIN 4. STOREKEEPER NATURE OF WORK: This is standard manual and clerical work in the receipt, storage and issuance of various commodities in a county supply area. Work in this class involves both manual and clerical tasks in the receipt, storage and issuance of maintenance supplies, materials, equipment, or related items in central warehouses, outlying storerooms or supply sections of various divisions. Duties typically combine warehousing manual labor tasks, related clerical duties and a general knowledge of supply procedures. Work is reviewed in progress and upon completion and through periodic inventory audits. ILLUSTRATIVE TASKS: Receives, unloads and counts assorted types of stock delivered in a receiving area; locates packing ticket or invoice and posts to show kind and number of items received; posts appropriate shipping receipts or other documents to show if delivery is a full or partial shipment; packages various items for shipment or repackages stock for return of defective goods as assigned; labels items with proper stock numbers for movement to storage area. Places goods on appropriate shelves or in bins; calls supervisor's attention to any defective items; issues supplies in response to authorized requisitions based on knowledge of goods in storage; disburses materials as required by work orders; marks stock or perpetual inventory records as items are issued; refers to supervisor if supplies required are in short supply for instructions as to apportionment. Assists in moving supplies from one area to another as stock is reclassified to different numbers or codes; rearranges stock in bulk storage area as assigned; climbs ladders as needed to arrange materials on shelves; notes equipment or stores in need of repair. Initiates orders to replenish supplies; assists in physical inventory. Performs routine filling, record keeping, and may operate simple office equipment. Maintains cleanliness of work area. Performs related work as required. KNOWLEDGE ABILITIES AND SKILLS: Some knowledge of storeroom methods and procedures. Some knowledge of types of supplies in the area of assignment. 10- Some knowledge of routine record keeping procedures. Ability to make standard arithmetic calculations. Ability to issue stock and maintain necessary records accurately. Ability to perform heavy manual work in lifting and moving stock. Ability to operate van -type motor vehicle and fork lift. Ability to establish and maintain effective working relationships with the general public, co-workers, elected and appointed officials and members of diverse cultural and linguistic backgrounds regardless of race, religion, age, sex, handicap, or political affiliation. DESIRABLE EXPERIENCE AND TRAINING: Graduation from high school; some experience in storekeeping or general clerical work; or any equivalent combination of training and experience. XXI. PRICING All prices quoted shall be billable rates (i.e. the amount that the coop agency will pay to the staffing firm.) XXII. REPORTS The successful bidder will furnish quarterly reports to the Town of Davie detailing contract usage. The usage report will contain the classification of worker needed and the amount of hours used during the reporting period for each participating agency. - 11 - 4. STOREKEEPER NATURE OF WORK: This is standard manual and clerical work in the receipt, storage and issuance of various commodities in a county supply area. Work in this class involves both manual and clerical tasks in the receipt, storage and issuance of maintenance supplies, materials, equipment, or related items in central warehouses, outlying storerooms or supply sections of various divisions. Duties typically combine warehousing manual labor tasks, related clerical duties and a general knowledge of supply procedures. Work is reviewed in progress and upon completion and through periodic inventory audits. ILLUSTRATIVE TASKS: Receives, unloads and counts assorted types of stock delivered in a receiving area; locates packing ticket or invoice and posts to show kind and number of items received; posts appropriate shipping receipts or other documents to show if delivery is a full or partial shipment; packages various items for shipment or repackages stock for return of defective goods as assigned; labels items with proper stock numbers for movement to storage area. Places goods on appropriate shelves or in bins; calls supervisor's attention to any defective items; issues supplies in response to authorized requisitions based on knowledge of goods in storage; disburses materials as required by work orders; marks stock or perpetual inventory records as items are issued; refers to supervisor if supplies required are in short supply for instructions as to apportionment. Assists in moving supplies from one area to another as stock is reclassified to different numbers or codes; rearranges stock in bulk storage area as assigned; climbs ladders as needed to arrange materials on shelves; notes equipment or stores in need of repair. Initiates orders to replenish supplies; assists in physical inventory. Performs routine filling, record keeping, and may operate simple office equipment. Maintains cleanliness of work area. Performs related work as required. KNOWLEDGE ABILITIES AND SKILLS: Some knowledge of storeroom methods and procedures. Some knowledge of types of supplies in the area of assignment. 10- 4. STOREKEEPER NATURE OF WORK: This is standard manual and clerical work in the receipt, storage and issuance of various commodities in a county supply area. Work in this class involves both manual and clerical tasks in the receipt, storage and issuance of maintenance supplies, materials, equipment, or related items in central warehouses, outlying storerooms or supply sections of various divisions. Duties typically combine warehousing manual labor tasks, related clerical duties and a general knowledge of supply procedures. Work is reviewed in progress and upon completion and through periodic inventory audits. ILLUSTRATIVE TASKS: Receives, unloads and counts assorted types of stock delivered in a receiving area; locates packing ticket or invoice and posts to show kind and number of items received; posts appropriate shipping receipts or other documents to show if delivery is a full or partial shipment; packages various items for shipment or repackages stock for return of defective goods as assigned; labels items with proper stock numbers for movement to storage area. Places goods on appropriate shelves or in bins; calls supervisor's attention to any defective items; issues supplies in response to authorized requisitions based on knowledge of goods in storage; disburses materials as required by work orders; marks stock or perpetual inventory records as items are issued; refers to supervisor if supplies required are in short supply for instructions as to apportionment. Assists in moving supplies from one area to another as stock is reclassified to different numbers or codes; rearranges stock in bulk storage area as assigned; climbs ladders as needed to arrange materials on shelves; notes equipment or stores in need of repair. Initiates orders to replenish supplies; assists in physical inventory. Performs routine filling, record keeping, and may operate simple office equipment. Maintains cleanliness of work area. Performs related work as required. KNOWLEDGE ABILITIES AND SKILLS: Some knowledge of storeroom methods and procedures. Some knowledge of types of supplies in the area of assignment. 10- Some knowledge of routine record keeping procedures. Ability to make standard arithmetic calculations. Ability to issue stock and maintain necessary records accurately. Ability to perform heavy manual work in lifting and moving stock. Ability to operate van -type motor vehicle and fork lift. Ability to establish and maintain effective working relationships with the general public, co-workers, elected and appointed officials and members of diverse cultural and linguistic backgrounds regardless of race, religion, age, sex, handicap, or political affiliation. DESIRABLE EXPERIENCE AND TRAINING: Graduation from high school; some experience in storekeeping or general clerical work; or any equivalent combination of training and experience. XXI. PRICING All prices quoted shall be billable rates (i.e. the amount that the coop agency will pay to the staffing firm.) XXII. REPORTS The successful bidder will furnish quarterly reports to the Town of Davie detailing contract usage. The usage report will contain the classification of worker needed and the amount of hours used during the reporting period for each participating agency. - 11 - ITEM ESTIMATED DESCRIPTION UNIT TOTAL NO. ANNUAL USAGE PRICE PRICE 1. 7,000 hours Custodian/Janitor $ /hr. $ 2. 25,000 hours Maintenance Worker $ /hr. $ 3. 2000 hours Park Aide $ /hr. $ 5. 1000 hours Storekeeper $ / hr. $ TOTAL BIDDER_ ADDRESS BY Signature Please Type or Print Signature Name Here TITLE DATE PHONE Will your firm accept payment via the Town of Davie's Visa card. Please circle one YES NO -12- Temporary Reso. No. l 11.15 — Attachment B FACSIMILE TRANSMITTAL SHEET TO: FROK Mr. Keith Glatt Mark During Staffing Consultant A-1-A Employment of Miami 3174 W. Commercial Blvd Fort Lauderdale, FL 33309 COMPANY: DA're: City of Tamarac 3/27/2007 FAX NUMBER: TOTAL NO. OF PAGES INCLUDING COVER: 1 PRONE NUMBER: SENDER'S REFERENCE NUMBER: 954-4597-3567 954-733-9533 Telephone RE: YOUR IS,FERENCE NUMBER: Bill Rate will be $12.72 per hour for 954-733-1178 fax Canal Maintenance Workers. OURGENT EIFOR REVIEW ©PLEASE COMMENT xPLEASI_. REPLY QPLEASE RECYCLE NOTES/COMMENTS; Dear Mr. Glatz; The bill rate for providing Canal Maintenance workers for the City of Tamarac will be $12.72 per hour. If you have any questions please do not hesitate to contact me at 954-733-9533. Mark During Staffing Consultant