Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-169Temp. Reso. # 11009 August 23, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006-�� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING AN EXPENDITURE NOT TO EXCEED $69,000 FOR TEMPORARY WORKERS UTILIZING TH_E 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. # 11009 August 23, 2006 Page 2 excess vegetation would interfere with these essential duties; and WHEREAS, The Parks and Recreation Department is responsible for grounds maintenance at City of Tamarac municipal Parks; and WHEREAS, the City has experienced difficulty in recruiting qualified individuals for the Groundskeeper positions; and WHEREAS, grounds maintenance can not be deferred during the recruitment and hiring of additional personnel without sacrificing the safe use and standard of appearance of City of Tamarac Parks; and WHEREAS, due to the seasonal labor force requirements of this work, the Public Works and Parks and Recreation Departments have 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, a copy of the contract is hereto attached as Exhibit 1; 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, Deanna Enterprises has agreed to honor the prices, terms, and conditions of the Purchasing Cooperative Contract as evidenced in Exhibit 2; and 1 1 1 Temp. Reso. # 11009 August 23, 2006 Page 3 WHEREAS, the Director of Public Works, Director of Parks and Recreation, and Purchasing/Contracts Manager 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 expend an amount not to exceed $69,000 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. SECTION Fi passage and adoption. Temp. Reso. # 11009 August 23, 2006 Page 4 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED thisRday of 5-2006. ATTEST: n MARION $ ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. NMUEL S. GpPyEN CITY ATTORWY BETH FLANSBAUM-TALABISCO MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO _4f DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD At DIST 3: COMM. SULTANOF Alfe- DIST 4: COMM. DRESSLER 6lef) rij 1 1 C EXHIBIT 1 r r AGREEMENT AMENDMENT #1 BETWEEN THE CITY OF TAMARAC AND DEANNA ENTERPRISES INC., D/B/A A-1-A EMPLOYMENT OF MIAMI The CITY OF TAMARAC (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) agree as follows: 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 is a member of the Southeast Florida Governmental Purchasing Cooperative, and is eligible to utilize the Agreement entered into by the Town of Davie with Contractor in accordance with Article V, Section 6-154 of the City of Tamarac Code; and WHEREAS, the City previously entered into an Agreement dated June 5, 2006 (the Original Agreement), executed by its City Manager with Contractor for needs originally anticipated to have a cost of less than $30,000; and WHEREAS, the City is need of additional temporary services in additional capacities than previously specified by the Original Agreement; and WHEREAS, the City's needs for this service are now anticipated to exceed $30,000 in cost; and WHEREAS, needs in excess of $30,000 require formal approval of the Mayor and City Commission; and WHEREAS, in order to meet the requirements stated above, this Agreement Amendment executed between the City and Contractor, which will amend applicable sections of the Original Agreement. NOW THEREFORE, in consideration of the mutual covenants expressed herein, the parties hereby agree to amend the Original Agreement as follows: 1. Section 1 is hereby amended by replacing the original Exhibit B, with Revised Exhibit B, dated August 16, 2006. 2. Section 3 is hereby amended as follows: Pricing for General Blue Collar Labor services shall be Twelve Dollars and No Cents ($12.00) per hour as indicated in Revised Exhibit All other provisions of the Original Agreement shall remain in full force and effect as originally stated. Agreement Amendment 1-A-1-AEmployment.doc IN WITNESS WHEREOF, the parties have made and executed this Agreement Amendment 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 Swens n, CMC City Clerk V)L2 Ddte ATTEST: of Corporate Secretary Uriai T. Burrows Type/Print Name of Corporate Secy (CORPORATE SEAL) CITi" OF TAf1iA.'1,kC 114e� �l�i/� 2�% ql0-"l I o (o D15te hb Jeffr L. Miller, City Manager �r 9 D to Approve5cyas tQ foffiJar7d)6VaI s Attorney 9fzIno _ Da —ate " Deanna Enterprises, Inc., d/b/a A-1-A Emolovment of Miami Company Name ignature of VicVPresident / COO Garrie Harris Type/Print Name of Vice -President / COO - —If,, L/O� Date Agreement Amendment 1 - A-1-A Employment.doc ";" , ) , ,l,i;r <1l STATE OF FLORIDA: COUNTY OF CORPORATE ACKNOWLEDGEMENT :SS I 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 day of , 20 '•""'••"••••••'-•........ 0....... •l•o,... Signature of Notary Public oENise Pw>,ao State of Florida at Large 1 ;g%Ovt COMW DD0461d00 Expires 8/14/2000 _ a � Bonded thru (800)432-42541 ! 54 oRn Florida Notary Assn. '-- "- �lJ--- some* ..................... .........u.i.....i Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or DID NOT take an oath. WRENEWAL AMENDS & ADDENDA IAgreement Amendment 1 - A-1-A Employment.doc REVISED EXHIBIT B FACSIMILE TRANSMITTAL SHEET TO: FROM: Mx. Keith Glatze Mark During Purchasing & Contract; Manager Staffing Consul t A-1-A Ernploynkent of Miami 3174 W. Commi trcigl Blvd Fort Lauderdale FL 33309 COMPANY: DATE: City of Tamarac 8/16/2006 7525 N.W. 88`'` Avenu Tamarac, FL 33321 FAX NUMBER: TOTAI. NO. OF PAGES NCLUDING COVER: 954-597-3565 1 PHONE NUMBER: SaNDER'S REFERENCE NUMBER: 954-597-3567 954-733-9533 Telephone RE: YOUR REFERENCE NU ER: Bill Rate for prove 3, Canal 954-733-1178 fic Maintenance & Grou ids Keeper s for the City of Taxnar 3Lc 0 URGENT 0 FOR REVIEV 0 PLEASE COVMENT xPLEASE REPLY I ❑ PLEASE RECYCLE NOTES/COMMENTS: Dear Mr. Glatze I Per our oonvers Lion the Bill Rate for A-1-A Employment of Miami providing Canal aintenance and Grounds Kee pers for the City of Tamarac will be 2.00 per hour. If you have any q, estions please do not hesitate to contact me at 954- 733-9533. Mark During Staffing Consulta I t I I hsimby est ft that this doetoN_,.4Is a trio ��� spy � , i yt ofTa'maraC Not Ole= Purchasing and Contracts Division the original of which it on fib In City Hat WITNESS MY HAND AND OFFICIAL SE& AGREEMENT OF THE CITY OFTAMARAC. DABETWEEN THE CITY OF TAMARAC s day of Ep 1 AND C ., D/B/A A-1-A EMPLOYMENT OF MIAMI THIS A�i ENT is entered into on JzArLe— St 2006 between the City of Tamarac, *a municipal corporation with principal offices located at 7525 NW 881h 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. The parties hereby agree to the following terms and conditions. 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 Town of Davie, Florida Bid #13-04-85 approved by the Davie Town Commission at its regularly scheduled meeting of November 2, 2005, 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 May 4, 2006, 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 Twelve Dollars and No Cents ($12.00) per hour as indicated in Exhibit Q herein, however, the total sum of the Agreement shall not exceed a cap of $30,000. 4. Term: The term of this Agreement shall be until completion of the City project, effective on the date of approval of this Agreement. 5. Upon execution of this Agreement, all references made to the Town of Davie 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 xhi i 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 UACAO APPROVED AGREEMENTS1Agreement -- A-1-A Personnel.doc of Tamarac 0. Purchasing and Contracts Division 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: 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. 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". 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' U:ICAO APPROVED AGREEMENTSIAgreement -- A-T-A Personnel.doc City of Tamarac 11 Purchasing and Contracts Division insurance coverage, arising out of negligent acts, errors or omissions of the sub -contractors. h. 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. 7. 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. 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. WCAO APPROVED AGREEMEAI Agmement — A-1-A PersonneLdoc City of Tamarac e- Purchasing and Contracts Division 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, religion, color, gender, national origin, sex, age, 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, religion, color, gender, national origin, sex, age, 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 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. U:ICAO APPROVED AGREEMENTSIAgreement — A-1-A Personnel.doc of Tamarac Purchasing and Contracts Division 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 terminating parry to the other party 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- 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 U.-ICAO APPROVED AGREEMENTS1Agreement — A-1-A Personnel.doc of Tamarac Purchasing and Contracts division 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 88t" 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 U- CAO APPROVED AGREEMEWSlAgreement -- 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 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. CITY OF TAMARAC ATTEST: Marion Swenson, tMC City Clerk (� b /Q Date ATTEST: 'Sfgnatur6 of Corporate Secretary Uriai T. Burrows Type/Print Name of Corporate Secy (CORPORATE SEAL) 74,114 " �'. . /VW� Jeffrey L. Mi er, City — Manager G/�3/oC Date Appro Xd 0 Y�fq#n lnd legaj�uffige' ncy: el S. Goreq/,oCity Date Deanna Enterprises, Inc., d/b/a A-1-A Employment of Miami Company Name ignature of ViceOPresident / COO Garrie Harris Ty p /Print Name of Vice -President / COO _,, .won , Da limb City of Tamarac r. Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA: :SS COUNTY OF &Lod I 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 -T day of , 200(,. r V4 "uMV AMONG• •••••••••••••••• Signature of Notary Public "901 me) ft" vwme , State of Florida at Large exemn M dX9 ;1,�"�°, MMOM Nwwmo «.«.......0°:a.s;N3O........... Print, Type or Stamp Name of Notary Public [� Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ 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: 11/04/04-11/03/05 TERM OF CONTRACT: 2 @ 1 Year iwawrrairirv�v�w�w�'r�nri�`���ry�arra,�t��t�www��w�wwar�yt�rm�rwWrta�wa�rr►+r��i�wr.�tiann�ww�wm�nw�apnnw�w SECTION #1 -VENDOR AWARD Vendor Name: Various Vendor Address: Contact: Phone: Fax: Cell/Pager: Email Address: Website: FEIN: rim;���rr�w�r,Maws+m�rrwr�nm�mi�sr�r�a,�rrn�u�w�r�ssnw,�triar�rir�'�w�rsru�wm�ai�ayww��r�r�t�rwwr�w�vart�r�nrnwr�wuwrr�n�r�a�asn SECTION #2 — AWARD/BACKGROUND INFORMATION Award Date: Resolution/Agenda Item No.: R-2004-249 Insurance Required: Performance Bond Required: ��w►w rnwrr�wv��r+wr�rrrrarn�a¢�myrm�vwti�r�nwrw�r�wrn�rrwrwww��www►�w�m�vwrrwa�,w�s 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. I'1'SOLL': 1C.)N NO �? -.20t' A IZES0.11-U-110N OF THE TOWN OF DAVIE, FLOR1F)A, ACCEPTING TI-I F: BIDS FOI: TF,,'ViPORARY SERVICES-Fllrl_I.) STAFF. WHEREAS, the Toitin is bi need of temporary fiend staff from time to ti:ni.e; quid WI]FREAS, the Town, acting as lead agency for the Southeast Florida Ct.)operative f'tircliasiiig Group, solicited sealed. bids for such te.mpor iry field staffing;; and WHEREAS, after review, the Town Council wishes to accept the bid from the three lowest bidders. NOW, "FHEREFOU, BE 11' RESOLVED BY THE TOWN COUNCIL OF THE '.GOWN OF DAVIE, H..OR1DA: SE-ClION 1. Tlie Town Council hereby accepts the bids from RicesetterPersonnel, Prime Time Staffing, aid AIA Employment for the supply of temporary field. staffing in accordaaice with unit prices ident-ified i.n .Attachment "A" SECTION 2. The Town Council hereby ,7uthOrizes the expenditure froin the ope°rat.ing budget of Uch using department, SFCI JQU 3. 77ic initial contract term is one (1) year with options to extend the contract for two (2) additional one (1) year terms by mutual agrvornent of the parties. Contract extensioi7s, if appropriate, will be handled adnunistratively by staff subject to budbetary approval by Town Council. SECTION 4. `l his resolution shall take effect immediately upon its passage and adopticn. PASSrD AND ADOPT"ED "11-I.IS �3',c DA Y OF ���t�<<_n,�,_..�_ -1004 MAYI )R/COLINC'ILNAI:'mr,'I.;F: Atte-st'/ 1'OWN CT.I-;RK API'la)VI 1')'rII1 ....... .:._::-_..i 1.)!XY C)i:: U-' C) v a a o �- o0C)o0 (/) V) '.0 N � (h w 0 1 - (O co N r cl (7 V' 69 NE:3 Ui 644 U) In "-- 7 co co c] Q (7r a) LL 69 64 LL C7 C7 0 0 CD C] C7 C] C!C? C? C? C] 0 C? 0 Z r- C) (n N u7 w '1 C5 aD c3i N Q 69 CV69 m >- 6'i 69 Q O U CL Ul) C5 to (n ix w (V O N N LL w 69 — MW 64 U) b9 } C) C) C? C7 C7 Q C] O p p O (L O C) O O C] w a �IQ (D G m co CD0 w w LL 69 69 1 69 LL 604 a � a U v p ao Co rn C) 69 6''3 69 .- 64 C] O 0 o o C] O 0 0 q Q Q 0 C) 0 U W w (n (v_ (2) if (a r- co cl o cl f" � o CO co Z rn N 64 � 69 69 U) w U w M M co M Q' M CO co co co CC) 69 69 69 63 2 U) o C) Q N cr Ix ►� w S Q O O Z a Q U co] W 0 Z O Y o�¢w.j U) ir O h n Q ¢ O L) 0-to Ll rC,m 7-,- t�,o r+ ao � Q-t r U) CD 0 QQ w LU ¢ Q Q q C) C) wv) CDa0Cio N LC) N (D to Q Ch N L() I� CD () C) r- L.0 N GD 00 ti N 0) 69 ch 69 64 Nr 69 69 (D un co lD 1l- GJ n ti LL 6 3 ram- 69 Ir.LL 69 1 (wig gg9Qq Z d N Q Q Q N Cn Nr Lh W W W > � rZ co � � 649, It ui v) O 6co 9 691 U CL Q n 0 L() j r w W co a co v a ai Lo ci) ai U 64 64 69 6ry Q o Q o CD O Cl O O Q O Q 0 C) C] In C) 0 tC) Q O d N L() L1i 1� C) N h CO r V) 0 '�' 69 69 qT H W Q U) C) Ln U) N L? fl- fl- L T T T �} 69 6S} (fl Q C) O Q C,COD0QC) (D Ci O O CD M CD Lo f.- N CD Q cD 0) (Q LL = O N wp 69 ONo N64 N 64 to OD Y � Q C) Cl] Cl? (D N T 69 T 69 T 6! r 6% U) C) T O Q p � N C7 i ►� W 2 Y Q CC � CD 0 = Q C .z�� C) � W U W C W Q ❑ Q Z W 0 yW[ O W Q W J Z Q 7�Qgly F-p a0 (ri Q T N ch LL LL r J W x 4 W U > CCD O 0 C) O C1 C] 0 C) 0 W o C) 0 CJ o Uj C)C) O C7 0 0 C] C? 4 C7 m O 0 r (D N C) uD C) M (n � Qcc �a 611, 69 cp O C) a o aD aD uo ui FW— 6s w3 ua 64 v) 2 Ir a 2 C? C) C) uO N V5 W = o Z � p1: ¢ U C w ¢_ ¢ w a. W ¢ LU Z NC d 0p Q U a(qr O r (y r r— M � I. NATURE OF BID The Town of Davie is soliciting bids for an annual contract for the purchase bf 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. TERM 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. In 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. VII. 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. -4- 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 Town'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. Respensible 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. W-0 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. NATURE OF WORK: This is custodial, grounds maintenance, and security work in a county park or community center. 1WR 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 E UIPMENT: Possession of a valid Florida Driver's license at time of appointment. 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. - 1p 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 co-op 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- EXHIBIT B CITY OF TAMARAC, FLORIDA SCOPE OF WORK — SUMMER TEMPORARY CANAL MAINTENANCE PROGRAM GENERAL STATEMENT OF JOB Under close supervision, removes debris and plant materials from City waterways. Reports to the Stormwater Supervisor, SPECIFIC DUTIES AND RESPONSIBILITIES ESSENTIAL JOB FUNCTIONS Cleans and removes debris and plant materials from waterways owned and operated by the City as directed by Supervisor or work order. Removes trees that are blocking canals and storm drains; removes materials blocking storm drains. Mechanically (hedge trimmers) harvests aquatic plants in the City waterways. Removes plants manually when conditions permit. Posts informational/warning signs where herbicides have been applied. Operates a variety of equipment such as hand tools, power tools, two-way radio, etc. Removes debris and litter from streets. Physical Re uirements: Must be physically able to operate hand and power tools, etc. Must be able to exert up to twenty pounds of force occasionally and/or a negligible amount of force frequently or constantly to lift, carry, push, pull or otherwise move objects. Physical demands are in excess of those for sedentary work. Must be able to lift and/or carry weights of fifty to eighty pounds, and work on rough terrain and in tight spaces. TECHNICAL REQUIREMENTS: Number of Employees needed: 4 Number of hours per week: 40 Number of weeks duration: 16 Hours of work: 7:00 a,m. — 3:30 p.m. (30 minute lunch break) Start Date of Project: May 22, 2006 End Date of Project: September 8, 2006 FACSIMILE TRANSMITTAL SHEET TO: FROM; Ms. Dorothy H. CurruningS Mark During Staffing Consultant A-1 A Employment of Miami 3174 W. Commercial Blvd Fort Lauderdale, FL 33309 COMPANY: DATE: City of Tamarac 5/4/2006 .7525 N.W. 88"' Avenue Tamarac, FL 33321 FAX NUMBER: TOTAL NO. OF PAGES INCLUDING COVER: 954-597-3610 1 PHONE NUMBER: SENDER'S REFERENCE NUMBER: 954-597-3602 954-733-9533 Telephone RE: Scope O Work - Summer YOUR REFERENCE NUMBER: 954-733-1178 fax Temporary Canal Maintenance Progranx ❑URGENT 0FOR REVIEW ❑PLEASE COMMENT xPLEASE REPLY ❑PLEASE RECYCLE NOTES/COMMENTS.- Dear Ms. Cummings: The bill rate for Summer Temporary Canal Maintenance Program will be $12.00 per hour. If you have any questions please do not hesitate to contact me at 954-733-9533. Mark During Staffing Consultant TEMPORARY RESO. NO. 11009 EXHIBIT 2 CITY OF TAMARAC, FLORIDA SCOPE OF WORK — SUMMER TEMPORARY CANAL MAINTENANCE PROGRAM GENERAL STATEMENT OF JOB Under close supervision, removes debris and plant materials from City waterways. Reports to the Stormwater Supervisor. SPECIFIC DUTIES AND RESPONSIBILITIES ESSENTIAL JOB FUNCTIONS Cleans and removes debris and plant materials from waterways owned and operated by the City as directed by Supervisor or work order. Removes trees that are blocking canals and storm drains; removes materials blocking storm drains. Mechanically (hedge trimmers) harvests, aquatic plants in the City waterways. Removes plants manually when conditions permit. Posts informational/warning signs where herbicides have been applied. Operates a variety of equipment such as hand tools, power tools, two-way radio, etc. Removes debris and litter from streets. Physical Requirements: Must be physically able to operate hand and power tools, etc. Must be able to exert up to twenty pounds of force occasionally and/or a negligible amount of force frequently or constantly to lift, carry, push, pull or otherwise move objects. Physical demands are in excess of those for sedentary work. Must be able to lift and/or carry weights of fifty to eighty pounds, and work on rough terrain and in tight spaces. TECHNICAL RE UIREMENTS: Number of Employees needed: 4 Number of hours per week: 40 Number of weeks duration: 16 (approximately) Hours of work: 7:00 a.m. — 3:30 p.m. (30 minute lunch break) Start Date of Project: June 6, 2006 End Date of Project: Until Completion TEMPORARY RE.SO. NO. 11009 EXHIBIT 2 CITY OF TAMARAC, FLORIDA JOB DESCRIPTION, AUGUST 2006 JOB TITLE: GROUNDSKEEPER I-- CONTRACTUAL PARKS AND RECREATION DEPARTMENT GENERAL STATEMENT OF JOB Under regular supervision, performs a variety of custodial, building maintenance, repair, grounds and facility maintenance of Parks and Recreation facilities and buildings. Assists with special projects as directed. SPECIFIC DUTIES AND RESPONSIBILITIES ESSENTIAL JOB FUNCTIONS Performs a variety of general maintenance and cleaning tasks at Parks and Recreation facilities including, but not limited to restrooms, offices, gymnasiums, meeting rooms, fitness center, interior/exterior walkways, parking areas. Assists in the cleaning, maintenance and repair of building fixtures and equipment, including windows, doors, venetian blinds, drains, gutters, furniture and shelving. Cleans and polishes furniture, windows, glass doors, and paints, as necessary. Removes trash, cobwebs, litter and other debris. Maintains the cleanliness, functions and appearance of athletic fields. Uses specialized machinery to groom clay infields and apply lines on playing fields. Maintains park areas by performing various maintenance tasks that include but are not limited to planting trees, shrubs and flowers. Raking or blowing leaves/grass clippings. Removing of weeds, trimming, and pruning. Grooming of grass, raking, watering plants, planting and replacing sod. Performs manual labor for departmental and citywide special events, includes but not limited to assembling and setup of equipment as specified on facilities use diagrams, erecting and dismantling of tents, portable stages & Showmobile, general cleanup before, during and after event. Operates a variety of machinery and tools such as edger, riding lawnmower, weed eater, athletic field paint machine, leaf blower, power tools, hand tools, vacuum cleaner, floor stripper and buffer, carpet cleaner, pressure cleaner, two-way radio, telephone, etc. Interacts and communicates with various groups and individuals such as Parks and Recreation Administrators and employees, and the public. ADDITIONAL JOB FUNCTIONS Will be required to work City holidays and weekends. Performs related duties as required. MINIMUM TRAINING AND EXPERIENCE Requires a high school diploma or GED. TEMPORARY RESO. NO. 11009 EXMBIT 2 TECHNICAL REQUIREMENTS -- GROUNDSKEEPER I Number of Employees Needed Number of Hours per Week 40 Number of Weeks Duration 16 Weeks (anticipated) or until permanent position filled Start Date of Project Upon Execution of Agreement End Date of Project Until Completion Pq ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID DATE(MM/DD/YYYY) AONEA-1 08 17 06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIOt ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HSA Insurance Group, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2500 NW 79th Ave. Suite 101 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Miami FL 33122 Phone: 305-714-4400 Fax:305-714-4401 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: NATIONAL UNION FIRE INS CO_ PA l- DEANNA ENTERPRISES, INC. D B/A INSURER8 FIDELITY & DEPOSIT 39306 AIA EMPLOYMENT OF MIAMI & AIA INSURER C STAFFING SERVICES I C 3050 BISCAYNE BL 6 100 INSURER0: MIAMI FL 33137 INSURER E. C:UVEHACiLS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT\, T+iSTRNDING 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. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY EXPIRATION POLICY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2 , 000 , 000 , A X X COMMERCIAL GENERAL LIABILITY CLAIMS MADE T OCCUR SSL9518655 07/08/06 07/08/07 PREMISES Eeoccurence $ 100,000. MED EXP (Any one Person) $ 5,000. PERSONAL & ADV INJURY $ INCLUDED X INCLUDES PROFESSIONAL E&O GENERAL AGGREGATE $2,000 000. GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ INCLUDED X7 POLICY F7 PRO-JEGT LOC A AUTOMOBILE LIABILITY ANY AUTO 56987632BIND 07/28/06 07/28/07 COMBINED SINGLE LIMIT (Ea accident) $ 3O0 000 r BODILY INJURY (Per Person) $ ALL OWNED AUTOS SCHEDULED AUTOS X X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per eccident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESSIUMBRELLALIABILITY EACH OCCURRENCE $4 000,000 A X OCCUR CLAIMSMADE BE6994498 07/08/06 07/08/07 AGGREGATE $ 4,000,000 EXCESS GL $ & EXCESS $ DEDUCTIBLE PROFESS $ X RETENTION $10, 000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TOR; LIMITS JUTH- ER E.L. EACH ACCIDENT $ ANY PROPRIETORIPARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYE $ OFFICERNEMBER EXCLUDED? Des, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER B FIDELITY BOND CCP1411367-11 04/16/06 04/16/07 EMP THEFT 1,000,000 A PROFESSIONAL LIAR SSL9518655 1 07/08/06 07/08/07 PROF E&O 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS EMPLOYMENT STAFFING SERVICES STAFFING SERVICES - 3050 BISCAYNE BLVD., MIAMI, FL 33137 33137 CERTIFICATE HOLDER IS LISTED AS AN ADDITIONAL INSURED. %-.=rt I Irn A 1 C 19VLLicm L;ANL;LLLA I IUN City of Tamarac 7525 NE 88th Avenue Tamarac FL 33321-1.543 ACORD 25 (2001/08) CITY-8 3 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZE21GWESkNTATIVE ;oL•T001 h7111111i