Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-257September 14, 2001 — Temp. Reso. #9489 1 1 V CITY OF TAMARAC, FLORIDA RESOLUTION NO R-2001-257 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE A LIMITED THIRTY (30) DAY RENEWAL PERIOD (BID NO. 99- 12B) BEGINNING SEPTEMBER 30, 2001 AND ENDING OCTOBER 31, 2001 FOR THE 1999 SCHOOL CROSSING GUARD SERVICES CONTRACT BETWEEN THE CITY OF TAMARAC AND OASIS STAFFING/KING COMPANIES CORPORATION; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac, Florida requires School Crossing Guard services to promote the safety and well being of children walking and bicycling to school; and WHEREAS, the City of Tamarac awarded the School Crossing Guard Services Contract to Oasis Staffing/King Companies Corporation by Resolution R-99-180 on July 14, 1999 (attached hereto as Exhibit "I"); and WHEREAS, Oasis Staffing/King Companies Corporation has declined to continue the school crossing guard business line and has offered a limited thirty (30) day renewal period to allow the City to pursue a replacement provider; and WHEREAS, Oasis Staffing/King Companies Corporation has provided satisfactory services for the past contract period and both the City of Tamarac and Oasis Staffing/King September 14, 2001 — Temp. Reso. #9489 2 Companies Corporation agree to the provision of services based on the existing terms and conditions (attached hereto as Exhibit 1 ");and WHEREAS, Oasis Staffing/King Companies Corporation has agreed to extend their Contract by providing Crossing Guard staffing support for another thirty (30) days beginning September 30, 2001 and ending October 31, 2001 (attached hereto as Exhibit "2"); and WHEREAS, sufficient funds are available in the appropriate operating fund; and WHEREAS, the Director of Community Development recommends approval; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to approve a limited thirty (30) day renewal period (Bid No. 99- 12B) beginning September 30, 2001 and ending October 31, 2001for the 1999 School Crossing Guard Services Contract between the City of Tamarac and Oasis Staffing/King Companies Corporation. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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. 1 1 I September 14, 2001 — Temp. Reso. #9489 3 SECTION 2: That the appropriate City Officials are hereby authorized to approve a limited thirty (30) day renewal period (Bid No. 99-12B) beginning September 30, 2001 and ending October 31, 2001 for the 1999 School Crossing Guard Services Contract between the City of Tamarac and Oasis Staffing/King Companies Corporation (attached hereto as Exhibit "2") as per the existing terms and agreement approved by Resolution R- 99-180 on July 14, 1999 (attached hereto as Exhibit "1 ") SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. September 14, 2001 — Temp. Reso. #9489 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. V PASSED, ADOPTED AND APPROVED this 26t" day of September, 2001. ATTEST: dA 11.0d "I-v" MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. M/ / MITCHELL S. K CITY ATTORP com and ev\u:\pats\userdata\wppdata\res\9489reso r % JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER A el DIST 1: COMM. PORTNER AM DIST 2: COMM. MISHKIN A ei DIST 3: V/M SULTANOF Aye, DIST 4: COMM. ROBERTS A ev 11 1 EXHIBIT 111" TEMP RESO #9489 1 1 �1 July 1, 1999 -- Temp. Reso. #8692 1 ,r. Revision No. 1 -- July 6, 1999 Revision No.-2 — July 8, 1999 CITY OF TAMARAC, FLORIDA RESOLUTION NO R-99- ��SU A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD A CONTRACT FOR SCHOOL CROSSING GUARD SERVICES TO OASIS STAFFING/KING COMPANIES CORPORATION, THE SUCCESSFUL BIDDER OF REQUEST FOR BID 99-1213; CASE NO. 11-M1-99; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac, Florida requires School Crossing Guard Services to promote the safety and well being of children walking and bicycling to school; and WHEREAS, the City of Tamarac publicly advertised Bid #99-12B for School Crossing Guard Services in the Sun Sentinel on May 16 and May 23, 1999; and WHEREAS, twelve (12) vendors were solicited and four (4) bids were opened and reviewed to determine cost and responsiveness to the City's specifications; and WHEREAS, Oasis Staffing/King Companies Corporation submitted the lowest responsive, responsible bid as per the copy of the Bid #99-12B and Bid Tabulation as follows; and 1 1 July 1, 1999 — Temp. Reso. #8692 2 Revision No. 1 — July 6, 1999 Revision No. 2 — July 8, 1999 Oasis Staffing/King Companies Corporation Ausnet Security Kemp Services Adecco Employment Services, Inc. $7.67/hour $7.98/hour $10.00/hour $7.85/hour WHEREAS, sufficient funds are available in the appropriate operating fund; and WHEREAS, it is the recommendation of the Director of Community Development and Purchasing/Contracts Manager that Bid #99-1213 be awarded to Oasis Staffing/King Companies Corporation, the lowest responsive and responsible bidder listed in the Bid Tabulation; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to award a contract for School Crossing Guard Services to Oasis Staffing/King Companies Corporation, the successful Bidder of Request for Bid #99-12B. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: I� 1 July 1, 1999 - Temp. Reso. #8692 3 Revision No. 1 -- July 6, 1999 Revision No. 2 - July 8, 1999 SECTION I • The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: That the appropriate City Officials award a contract for School Crossing Guard Services to Oasis Staffing/King Companies Corporation, the successful Bidder of Request for Bid 99-12B (attached hereto as Exhibit "1"). SECTION 3: That the initial contract period will commence August 30, 1999 through September 30, 2001 with the option of two (2) additional two (2) year options to renew. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. 1 1 SECTION 6: passage and adoption. July 1, 1999 - Temp. Reso. #8692 4 Revision No. 1 - July 6, 1999 Revision No. 2 - July 8, 1999 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this/`fi day of ATTEST: d CAROL GOLD C/AAE I HEREBY CERTIFY that I have approved this R26OLUTION as to form. MYTLL S_ U commdev\u:\pats\use rdata\wppdata\res\8692reso 11999. 11 JOE SCHREIBER U_ •: RECORD OF COMMISSIO";►��� DIST 1: COMM. PORTNER DIST 2: V M MISHKIN DIST 3: COMM. SULTANOF DIST 4: 7 WNIM. ROBERTS � I • REQUEST FOR BID a \ o a+a BID # 99-12B School Crossing., Guard Services FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 TEMP RESO #8692 EXHIBIT "A" City of Tamarac r-inance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724.2408 Website: www,tamarac.org INVITATION TO BID BID No. 99-12B Sealed bids, a0dressed to the Purchasing and Contracts Manager of the City c Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NV 88th Avenue, Tamarac, Florida 33321-2401 until, June 2, 1999 at 2.00 p.m., at whicl time bids will be publicly opened and announced for: School Crossing Guard Services All bids received after the date and time stated above will be retumed unopened to thr Bidder. All Bidders are invited to attend the opening. One original and one copy (1) of the bid shall be submitted on an official bid forrr furnished with the bid package and those submitted otherwise will not be considerec responsive. The submittal shall be plainly marked Bid No. 99-12B, School Crossinc Guard Services, opening, June 2,1999 at 2:00 p.m. on the outside of the envelope The City reserves the right to accept or reject any or all bids, or any part of any bid. tc waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents -will be available for review and may be obtained from the Purchasing Office at the above address. For all inquiries, contact the Purchasing Office at (954) 724-2450. 4t� Steven J. Beamsderfer Buyer E mail: stevenb@tamarac.org Publish Sun Sentinel: Sunday, 05/16/99 Sunday, 05/23/99 INSTRUCTIONS TO BIDDERS 0 BID NO.99-12B It is the intent of the City to award this bid to the lowest responsible and responsive bidders. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL- TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON OR BEFORE June 2, 1999, no later than 2.00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with aN conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and one (1) copy of the bid. The - ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. • 2. BONDING: Not applicable for this bid. 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the convicted vendor list following a conviction for 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 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. S. NON -COLLUSIVE AFFIDAVIT: Each Offeror shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Offeror to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm. Payment will be made only after equipment has been received, accepted and properly invoiced. Invoices must bear the bid number and purchase order number. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 3 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements . of quality, performance and design. APPROVED EQUAL is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 10. SAMPLES AND DEMONSTRATIONS: When requested samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder., terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance.° 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon thirty (30) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the 4 CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22.INSURANCE REQUIREMENTS: Bidder agrees to, in the performance of work and services under this Agreement, 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. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this 61 .7 0 Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required_types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial Genera LLiabili 1,0901000 1 00 000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liabili411001000 1 000 000 Workers' Compensation & Employer's Liability Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. C The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall 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. If the Bidder is to provide professional services under this Agreement, the Bidder 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. 23. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 24. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of. use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents. officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 25. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Technical Specifications outlined in this bid, the Special Conditions and/or the Technical specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 7 26. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results,will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27. Y2K PROCEDURES: CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. CONTRACTOR agrees to indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. SPECIFICATIONS BID No 99-12B School Crossing Guard Services 1. PURPOSE OF BID: To establish a contract for the provision of School Crossing Guard Service as and when needed. The company awarded this contract will be responsible for providing crossing guards at locations specified by the City, shall be completely responsible for the supervision of such personnel in accordance with contract specifications, terms and conditions, and shall exercise exclusive control over persons employed to fulfill these contract requirements. To obtain School Crossing Guard Services for an initial two (2) year period from approximately October 1, 1999 through September 30, 2001. The City reserves the right to renew this agreement for two (2) additional two (2) year periods subject to the vendors acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. All prices, terms and conditions shall remain firm for the initial period of the contract and for any renewal period. The City of Tamarac also reserves the right to terminate this Agreement for any reason or no reason. E•l 2. REQUIREMENTS: Bidders must satisfy the following minimum requirements to be considered responsive. 1. SCHEDULING It is expected that thirteen (13) school crossing guards will be required for each school day. However, this is an estimate and the Housing and Code Enforcement Manager will keep the Contractor informed as to the exact number of school crossing guards that will be required at any one time. The Contractor shall be required to provide coverage at the twelve school crossings, located within the City limits. (See Page 12 for list of locations) The Contractor shall be flexible and provide guards for the hours and locations needed on the instructions of appropriate City personnel. A minimum of three (3) hours (which will vary slightly with each school) coverage daily at each school will be scheduled as follows: See attached schedule on page 12 2. TRAINING AND CERTIFICATION It shall be the responsibility of the Contractor to ensure that all guards receive proper training and certification prior to occupying their posts. Certification of all guards must be recognized by the State of Florida Department of Transportation. In addition, the Contractor must be able to comply with Section 234,302, Florida Statutes, the "Ramon Turnquest School Crossing Guard Act", by having crossing guard trainers, certified by the Florida Department of Transportation, ensure that all persons employed as crossing guards receive proper training and certification as required by law. The City of Tamarac shall not be liable for any costs incurred to meet the above requirements. Any required additional training throughout the year will be the sole responsibility of the Contractor. Proof of certification shall be required for each crossing guard prior to the beginning of each school year. The Contractor shall provide proof that all crossing guards have successfully passed a criminal background check. 3. DAILY FIELD SUPERVISION The Contractor shall provide an experienced field supervisor(s) E overseeing the operations at all times the guards are on duty. It will be the responsibility of the field supervisor(s) to ensure that all crossings are properly staffed at all times such staffing is required by the City. 4. GUARD BACK UP The Contractor shall provide each working guard with the name and telephone number of a back-up in case the working guard cannot be at their assigned post. The Contractor shall ensure that the back-up guard is fully trained and familiar with the specific crossing location. 5. TWENTY-FOUR (24) HOUR ANSWERING SERVICE The Contractor shall provide for his employees a 24-hour answering service. During non -working hours when the field supervision is not on duty a working guard shall, in the event that he cannot be at his assigned post, first contact his back-up and then contact the service. This service will then contact the Contractor who will in turn confirm that the back-up guard will be on duty at his assigned crossing. fi. EQUIPMENT The City shall provide the Contractor with the following equipment: A . hand-held stop sign for each of the guards. Contractor shall provide any other protective wear that is required. All equipment shall be returned to the City upon termination of the agreement, in the same condition as it was when originally provided, excluding normal wear and tear. Any required replacement of lost or damaged equipment shall be the responsibility of the Contractor. The Contractor shall provide all other equipment that may be required. 7. SCHOOL YEAR SCHEDULE The school year begins in late August and will run until approximately the middle of June, with appropriate holidays and teacher work days that do not require coverage. In addition to the regular school year, summer school at all schools usually begins around the first of July and lasts for approximately six (6) weeks. The City will inform the Contractor of the specific dates when they are made available. 8. DAILY TIME SHEETS A daily time sheet will be maintained by the Contractor with the signature of the employee on each work shift and the location of their guard 10 post. This log will be delivered by the Contractor weekly to the Code Enforcement Manager. 3. Cost Adjustment Bidders must include the impact of current and proposed Federal Minimum Wage increases in their bid price. No price increase for the initial contract period will be accepted unless due to Federal Minimum Wage changes. Costs for any renewal term are subject to an adjustment only if an increase or decrease occurs throughout the local industry. The City will use changes in the Federal Minimum Wage and the Consumer Price Index (CPI) (United States All Urban Consumers), as published by the Bureau of Labor Statistics of the U.S. Department of Labor, and documented payroll figures provided by the Contractor in any adjustment review. Such adjustment, if approved, may not exceed 5%. Any increase or decrease must be documented and submitted in writing to the City at least one hundred twenty (120) days prior to the contract anniversary date. The City may, after examination, refuse to accept the adjusted costs if they are not properly documented or are considered by the City to be excessive. In the event that the City determines that the costs as submitted are not properly documented or are excessive, and the matter cannot be resolved to the satisfaction of the City, the contract will not be renewed for the additional optional renewal period(s). 11 • Related Schools Pinewood, Elementary SCHOOL CROSSING GUARD LOCATIONS AND RELATED TIMES Guard Locations Times Bally Road & 810t Street 1 7:00 a.m. - 8:00 a.m. & 2:00 p.m. - 3:00 p.m. Tamarac Elementary I N.W. 79"' St. & 70'" Avenue 18:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 p.m. N.W. 82nd St. & 74`" Terrace 1 8:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 p.m. N.W. 79'" St. & 75`" Avenue i 8:00 a.m. - 9:00 a.m. & 3:00 p.m. -4:00 p.m. N.W. 7r St. & 751' Avenue i 8:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 p.m. N.W. 781" St. & 78'h Avenue i 8:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 p.m. N.W. 75'h St. & 801" Avenue 8:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 p.m. Lagos DeCampas & McNab 8:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 p.m. Rd. j N.W. 761" St. & 751" Avenue 1 8:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 p.m. (2 guards required i at this location) Overpass on University 8:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 P.M. Drive 1 N.W. 771' St. & Pine Island 8:00 a.m. - 9:00 a.m. & 3:00 p.m. - 4:00 p.m. Rd. N.W. 78' St.&University Dr. 18:00 a.m.-9:00 a.m.& 3:00 p.m.-4:00 p.m. 12 COMPANY NAME: (Please Print): SrC:, V�IEv Phone: q Fq- 7 7;:t -6 s-2 s- - NOTICE ---BEFO Fax: 7 2-4 4 i , RE SUBMITTING YOUR 1310, MAKE SURE YOU... . ,Z 1. Carefully read the SPECIFICATIONS and then properly fill out the BID FORM (Attachment 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it pror notarized. 3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid b deemed non -responsive. ✓ 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). 5. Fill out the REFERENCES PAGE (Attachment "F"). 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "G") 7. Include WARRANTY Information, if required. 8. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. ✓/ 9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejec of your bid. _-Z 11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. 12. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BE DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR Bit THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 13 TEMP RESO #8692 EXHIBIT it/ ATTACHMENT "A" BID FORM BID NUMBER 99-12B School Crossing Guard Services To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following in conformity with the specifications and at the following bid prices. The bid prices quoted have been checked and certified to be correct. Description Price Hourly char a per each guard 1 $ 7- 6 7 /hr. Successful bidder must secure the required Worker's Compensation insurance coverage, and the required Liability insurance coverage with the City of Tamarac named as an additional insured, and provide proof of this insurance +xr�S,,,�,,u�, Answer the following questions (use attachments if necessary): • Has your company provided Crossing Guard contract services in the past? NO X YES ts,-, a4"a— If "no", explain fully in an attachment why you consider your company qualified to perform this service for the City of Tamarac. If "yes", please list current and prior crossing guard contract information below: 1. Description of services rendered: During the month(s)/year(s): City/County/School Board/Company: Contact person(s): Address: Phone/Fax: 02, Description of services rendered: 19 14 ,% W11 -kenhut l:nmprny yJor/ TYo9.1 ATTACHMENT "A" BID FORM BID NUMBER 99-12B SCHOOL CROSSING GUARD SERVICES EXPLANATION AS TO WHY OASIS STAFFiNG/KING COMPANIES IS QUALIFIED TO PERFORT'Vi CROSSING GUARD SERVICES TO THE CITY OF TAMARAC. OASIS STAFFING/KING COMPANIES has not provided CROSSING GUARD SERVICES prior to the office opening in Ft. Lauderdale. OASIS STAFFING/KING COMPANIES is extremely qualified to do CROSSING GUARD SERVICES, as they have hired the seasoned staff of CAROLE S. GREENICH, BARBARA DAMICO, LUCY'NfUENCH AND ILIANA ARNTENTEROS, who handled seven (7) city contracts for CROSSING GUARD SERVICES since 1992, with their former company, which closed permanently on January 15, 1999. Both CAROLE S. GREENICH AND BARBARA DAMICO are CERTIFIED SCHOOL CROSSING GUARD TRAINERS and are considered by many, to be the best knowledgeable outside contractors of SCHOOL CROSSING GUARD SERVICES in the Broward Area. Their Dedication and commitment when dealing with Human Lives on a daily basis, is superior to none. OASIS STAFFING Y NG COMPANIES has opened a separate division to handle SCHOOL CROSSING GUARD CONTRACTS. The very unique recruitment skills of the staff, has made it possible to staff each and every post with a CROSSING GUARD, avoiding open corners, where in a moments notice, a tragedy could occur. Accessibility to both CAROLE S. GREENICH and BARBARA DAMICO was extremely important, not only to the CROSSING GUARDS, But to the cities as well. All calls were answered quickly and whatever action needed to be taken, was done so swiftly! Ronna Adams, Administrative Assistant, Department of Administrative Services for the City of Ft. Lauderdale and Cathy Moore, Police Services Division. City of Pompano Beach, are listed as references of SCHOOL CROSSING SERVICES supplied to their Respective cities. Please feel free to contact Ronna Adams at 954-761-5889 and Cathy Moore at 954-786-4526. OASIS STAFFING/KING COMPANIES, is highly respected as a WACKENHUT COMPANY, an Industry Leader in providing personnel support, since it's founding in 1954. Permanent Staffing Temporary Staffing 1A,8iLtT' Y:IN SU BAN CE DATE IMMII PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORM] Aon Risk Services of Florida ONLY AND CONFERS NO RIGHTS UPON THE CERTIF HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEN OBox 019012 ALTER THE COVERAGE AFFORDED BY THE POLICIES BE O. i, Florida 33101 COMPANIES AFFORDING COVERAGE 305-372-9950 INSURED King Staffing, Inc. Alternative Staffing, Inc. 1301 River Place Blvd. #700 COMPANY A CONTINENTAL CA COMPANY 8 COMPANY C ANY JacksonvIlle, FL 32207 COMPANY D GO !rA GE ::.:.. THIS 15 TO CERTIFY THAT THE .............. ..........................:..................... ...........:............. ............. ..,........,.. OL C ES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEF INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEF EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO ' TYPE OF INSURANCE I POLICY NUMBER POLICY EFFECTIVE 'POLICY EXPIRATION LTA I DATE IMM/DO/YY) I DATE IMM/DO/YY) LIMITS • GENERAL LIABILITY 1 GENERAL AGGREGATE is COMMERCIAL GENERAL LIABILITY I PRODUCTS •COMP/Op AGG I S I _ CLAIMS MADE ❑ OCCUR I ! PERSONAL 6 AOV INJURY S OWNER'S & CONTRACTOR'S PROT I EACH OCCURRENCE ; S I FIRE DAMAGE IAn ) AUTOMOBILE LIABILITY ANY AUTO �'' "yI ALL OWNED AUTOS ' I SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS I I GARAGE LIABILITY � I 1 ANY AUTO EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM i ! WORKERS COMPENSATION AND A EMPLOYERS' LIABILITY THE PROPRIETOR/ L� INCL PARTNERS/EXECUTIVE ��--------{{ OFFICERS ARE: I EXCL OTHER I I I 166807156 I I I I 4/01/99 4/01/00 VESCRIPTION OF OPERATIONS/LOCATIONS/VEMICLES/SPECIAL ITEMS RE: Temporary Employees Assigned by Oasis Temporary Client grants waiver of Subrogation in favor of City of Tamarac Continental Casualty Co. ratinv - A XV CERTI FICATE- E HOLDER °'::»>:;I>::'.>::�" ::<::;:;:<:;:<:::::=<::::>:`::.::::>::>::::>_::»::::::::;;;:::::::.. y of Tamarac 5 NW 88th Ave. Tamarac, FL 33321-2401 Y One to, S MED EXP (Any one person) $ jCOMBINED SINGLE LIMIT S I ' I BODILY INJURY i It(Per person) I BODILY INJURY I (Per accident) PROPERTY DAMAGE AUTO ONLY • EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE S EACH OCCURRENCE S AGGREGATE S 3 X T�9 tiYl!k!!� OSTATU• OTHER- .• - . EL EACH ACCIDENT - S 1000 EL DISEASE - POLICY LIMIT f 1000 FI r]Ii FARF - FA FMPI nVFF . 0 NCELFATION ;.. . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO M 30 DAYS WAMTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LE BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIAIIIU OF ANY KIND UPON THE Y, ITS AGENTS OR REPRESENTATIV 'HORIZE EPRESENTAT E 010459. 0-98n_ CERTIFICATE OF LIABILITY INSURANCEcSR DB DATE(MM/OI A kc=--1 05/29. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Carlisle Fields & Company, Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 7910 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Clearwater FL 33758--7910 COMPANIES AFFORDING COVERAGE John R. Fields COMPANY Phone No 727-797-0441 Fax No. 727-7 -3663 A Cincinnati Insurance Company INSURED Wac en ut Resources, Inc. dba COMANY Professional �loyee r137 Management, Inc., King Staffing, Inc. & Oasis COMPANY Outsourcing, Inc. C 1001 Brickell Bay Dr, Ste 1100 COMPANY Miami FL 33131 D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS R DATE (MM/DONY) DATE (MM/DO/YY) j GENERAL LIABILITY GENERAL AGGREGATE S A I X COMMERCIAL GENERAL LIABILITY CPP0659295 09/26/98 09/26/99 PRODUCTS - COMP/OPAGG : S 200000' . CLAIMS MADE l X I OCCUR ( PERSONAL 6 ADV INJURY s exclude OWNER'S& CONTRACTOR'SPROT EACH OCCURRENCE -S100000' FIRE DAMAGE (Any one Are) S 35000, �— MED EXP (Any one Dorian) $ Soo, AUTOMOBILE LIABILITY I COMBINEOSINGLE LIMIT S 100000, Ai ANY AUTO CPP06S9295 09/26/98 09/26/99 ALL OWNED AUTOS BODILY INJURY S + Mar Peen) SCHEDULED AUTOS X HIRED AUTOS I I i BODILY INJURY . I (PN eeadenq X NON -OWNED AUTOS ' I PROPERTY DAMAGE S GARAGE LIABILITY t AUTO CNLY • EA ACCIDENT S iANY I OTHER THAN AUTO ONLY AUTO i CACH ACCICENT S i AGGREGATE S EACHCCC:RRENCE S 500000 EXCESSLIABILITV A X UMBRELLA FORM I 4-0C4428067 I 09/26/98 I 09/26/99 AGGREGA e S rjD0000 v OTHER THAN UMBRELLA FORM Wr AMIT rER WORKERS COMPENSATION AND i ( RY EMPLOYERS LIABILITY ( I EL EACH ACCIDENT S I THE PROPRIETOR/ INCL I i EL DISEASE •POLICY LIMIT S PARTNERSIEXECUTIVE I EL DISEASE • EA EMPLOYEE S OFFICERS ARE, EXCL I j OTHER I i I I � DESCRIPTION OF OPERATIONSILOCATIONSIVEMICLES/SPECIAL ITEMS I ! I Contractors(B) Certificate holder is additional insured - Owners, Lessees Or CERTIFICATE HOLDER CANCELLATION THE ABOVE DESCRIBED POLICIES BE CANCELLE:) BEFORE THE CITY023 SHOULD ANY OF EXPIRATION DATE THEREOF. THE ISSUING CCMPANY WILL EYDEA'IOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LE BUT FAILURE TO MAIL SUCH NOTICE SMALL IMPOSE NO OSLIGATICN OR LIABILITY City Of Tamarac KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES 7525 N.W. 88 th Ave. OF ANY AUTHgRIZEDREPRE/STATIVE�EN� Tamarac FL 33321-2401 ^ n is During the morith(s)/year(s): 19 City/County/School Board/Company: Contact person(s): Address: Phone/Fax: 3. Description of services rendered: During the month(s)/year(s): City/County/School Board/Company: Contact person(s): Address: Phone/Fax: 19 0 The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. -Oa S.0s 2CA Fct:Nq 4 1 Company Name Authorized Signature 1.e 33 City, State, ZIP Con0 tractor's License Number ►w�E_.. _ � � 2e.�. ti1►c .!n Typed/Printed Name qSq w772-asa. 4— -- Pl)-X` ? 6C Telephone & Fax Number 6C- 731-=b _. Federal Tax ID# W ATTACHMENT "A" continued Bidders Name: st's 5'TAcrx,�/)<.vi"a (SoY4p AN%A--1? it I NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: O % DAYS:_ Delivery/completion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 16 ATTACHMENT "A" ' continued Bidder's Name: ast,4 s. Cr. '�c ►• ►-� Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section IJ Variance Section Variance Section Variance 64- Section Variance �- Attach additional sheets if necessary. • 17 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of IUn ) s's. County of ) ��' CZ7. being first duly sworn, deposes and says that: (1) He/she is the 4-.r — , (Owner, Partner, Officer, Representative or Agent) of the Bidder that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, ditectty or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in #e presence; off „ , ess Notary p;Krc, State of Wd& Commission No. CC776707 Commission Exoss Sepwm*n,?Ai1i By: C2 (Printed Name) (Titl 18 • • • ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of o ►� CL ) ) ss. County of rou:Gnor ) BEFORE ME, the undersigned authority, personally appeared- �EEu to me well known and known by me to be the person described herein and ho � executed the foregoing Affidavit and acknowledged to and before me that 2tFx•.' executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this OLO day of , 1993—. Personally known to me or ( ) Produced identification kc-coul NOTAWr F (Gignature of 4 as Commissio Type of I.D. Produced ( ) DID take an oath, or ( DID NOT take an oath. at Large ublic:rr ni; Stamp, or Type 19 ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP d CORPORATION W OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: �aal� AUTHORIZED SIGNATURE (PRINTED OR TYPED) ` ► TITLE ( I FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO -731- Say COMPANY NAME: -As,�- s4r� ADDRESS: ` 0 irrr�rr-cL �Q��� CITY: P- -,-• LA STATE:_,1� ZIP: 233LL TELEPHONE NO.: 9 �-q- '7 7A- O SWFAX NO.: 4D4--77a 92L I CONTACT PERSON:��� 20 ATTACHMENT "D" . BIDDERS QUALIFICATION STATEMENT 11 The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: Address: Rr r, r City State Zip Telephone No. . o Fax No. (Jr -77, Z- cf c� (e How man � ► • �� �~►� ~ t4 y years has your organization been in business under its present name? years 04;S s'n If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? N A At what address was that business located? AiA Are you Certified? Yes o ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes No ❑ If Yes ATTACH A COPY OF LICENSE Has your comRany or you personally ever declared bankruptcy? Yes ❑ No 10 If Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? M/4 Have you ever received a con act or a purchase order from the City of Tamarac or other governmental entity? Yes ZNo ❑ If yeas, explai (-da_tte, service/project, bid title, etc) 5la.FF l i� t hE.�i Al 1�kr/cl Qtf G i l ZFor CiroSS►hl 5 • �, LL&fLF e you ever eceived a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No If yes, explain: Have you eve0een debarred or suspended from doing business with any governmental entity? Yes ❑ No 9 If yes, explain: 21 ATTACHMENT "E" REFERENCES Please list name of government agency or'private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Ad s I S 7 I W. Cc ►] aA S 1� # 1 or- .I^_ City/State/Zip Pem NaAAo FI- 3304q Phone: qS _ q7 I-ag Fax: Contact�h�►�.. Agency/Firm Name: S 1" 10 Address a? C l 3 33 City/State/Zip Phone ?1%1,g8Sck4'0 Fax:_4--4-97-1=34 Contactt�yi_oL, . Agency/Firm Nam Address /qoo SW r4Plax-t-- rA • 3 33r City/State/Zip Phone. -4 7- o3 Fax: 4 - LP1 Contact . Agency/Firm Na e: "S LAA 4k Address 3101 SW 3'- City/State/Zip - 3 3 i.S— Phone4.S As" ax: Contact �. I�-�- YOUR COMPANY NAME ADDRESS 800 Co,-o PHONE: Agency Firm a MeICL-Lw j4 Address: 66 31 VbJ ►mot_ G i. City/State/Zip gam. . 333 Phone:Tip I.I- _34 D --Go i / Contact: �+d�e� (� ►tttcti Agency/Firm Name: Address: s� City/State/Zip 3 LP3 Phone: 1- 4qS'- 79RLFax: Contact: REs w r cu.a Agency/Firm Name: C. Address: (� N City/State/Zip F( 3Z- Phone: R-74 -R��- __Fax: Contact: 3, , 2 R _ Agency/Firm Name: r rr.s Address: I O i A LLItEsr xV E City/State/Zip Phone:*e00--QY7-;?� x: Contact: ; 4r� FAX: RSL-77?` 0j ATTACHMENT "F" 0 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287,087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS, - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under . bid a copy of the statement specified in subsection (1). • 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. [S S �U lei - _ Authorized Signatur �' omp ny 23 No Text IV 61, Ali 0) , cnC: .cn -0 cJ.• k" . . . . . . . . . . . Z C) L. Q. ...... ... -1�... DO NOT DETACH RETURN ALI J fJ1 N ♦9 C Om � m« v 1 <0 C7 me Cp C mm Z �0 m awn Wao ry � �0 m 0 -4 W O x C r m z r m -1 y �Im Y m r h 00 nz N H oc: O a c ❑ ❑ P M{ m O in cn a r co a O < c m m O A err >K O n aN m m a n � r :C�•r1� A . » rw •%� m j x m CC:t— Z C-C o ^ 0 •"`. y 7 r T T. _ m c� z O w N -c^ z PH r C R z R F r- 2 cr .„ x m n %C 7 y m G H g m 7 A 2 A r1�i -y J YV rsV CID 1 f( ti C C t.'+ D ^ 7 C7 ❑ i v �' raN mn h T ~:*z n M Z V1c _ a �• _ a : ra^ C m 0 O JNm a � , -3,§ �� §§ §a a )� -, 2qp 3 � �K 2$ �7n! \z 2k coCD mQ ~§ ®� A § „ 2& 22k § �� k § _§ § @§■ T m j k m 2 m �� o�� 60-4 m M§ OZ k �mk k C 0 R a-4 \§) §( -4N 392 -OM 3qI Z § 0-0 R /° 7� fG C:rn e§ ® m= r C-. �m zo m ] « 2 k- §§ o MR �q 2 AR m z a% R 3 �e m $ �\ O%ln «� Q'" � k n� - 2§ � � � � n�z � o»-4 2-m ««� _mom mr» »■ rm - �«- � oa-n ir ddc k © ak |2 ( Oz on }k § 2 �} k �e \ m � � � Excerpt from FLORIDA SCHOOL CROSSING GUARD TRAINING GUIDELINES "Beginning of school year to 12/31/99 all School Crossing Guards shall be trained in the skills that they need to perform their job before being assigned to actual duty." "January to end of school year — all guards shall be retrained annually. This retraining includes a minimum of 2 hours of supervised work. The task force recommends that all guards complete the entire training course annually." NOTIFICATION TO SCHOOLS: A - Send letter of introduction and notification to each school principal to advise of contact person at Oasis Staffing if need arises as a reference to the school office staff or parent to contact Oasis. B — Leave fliers within school office and/or article in school newspaper for recruitment of parents as School Crossing Guards. SCHOOL CROSSING GUARD MAINTENANCE: A - Each City of Tamarac School Crossing Guard will be issued a nametag to be worn while on post assignment. B - School Crossing Guard Supervisor will be responsible to verify that all posts are covered each day and that School Crossing Guards are on post for required time period. C - Oasis Staffing School Crossing Guard Liaison will travel with Supervisor on a periodic schedule to ensure that policies and procedures for School Crossing Guards are being adhered. D - School Crossing Guard Liaison will meet with the Crossing Guard Supervisor on a weekly basis to verify time is being reported correctly and be pro active to situations that may arise. A W tkenhul CemPMY June 17, 1999 City of Tamarac Finance Department, Purchasing Division 7525 NW 881h Avenue Tamarac, Florida 33321-2401 Attention: Steven J. Beamsderfer Dear Mr. Beamsderfer: Thank you for taking the time to speak with me on Monday, regarding the bid for School Crossing Guards. I am enclosing the OASIS Action Plan for successfully running the School Crossing Guard program for the City of Tamarac. I'm confident that our experience, knowledge and professionalism will enhance the Crossing Guards and the way they are perceived in the community. I also spoke to the CEO of our staffing company, Paula Whipple who has no problem Signing any form as she is the Executive for Wackenhut Resources. I hope this information will be helpful when finalizing your decision. In reviewing your bid packet, I noticed the contract will not begin until approximately October. Is this correct, or are you looking to start the contract sooner since the Commission will be approving everything during their summer schedule? I look forward to hearing from you soon regarding the contract. Should you have any additional questions, please don't hesitate to contact me at 954-772-0525. Sincerely, (� CAROLE S. GREENICH STAFFING SERVICES MANAGER Permanent Staffing - Temporary Staffing 800 Corporate Drive. Suite 602. Ft. Lauderdale. FL 33334 - Tel (934) 772-0525 • Fax (954) 772-9961 _ w WIeI— W (:nmponr your W~. AWPP '"'7"" * ACTION PLAN FOR THE CITY OF TAMARAC SCHOOL CROSSING GUARD M2 1111-19I :: TA UPON NOTIFICATION OF AWARDED CONTRACT: A - Obtain from City of Tamarac the name, address and telephone number of all School Crossing Guards and Substitute School Crossing Guards. B - Notify all City of Tamarac School Crossing Guards and set appointments for registration at Oasis Staffing. C - Do background and reference check on all registered School Crossing Guards. D - Recruit within the City of Tamarac at home owner associations, local organizations and advertise in local publications for School Crossing Guards. E — Bonus Program available to all School Crossing Guards who refer individuals for open post positions - $40.00 after new guard has worked total of 40 hours. SCHOOL CROSSING GUARD TRAINING: A - Ensure that all School Crossing Guards have been trained to the "Florida School Crossing Guard Training Guidelines" befor:; post assignment. a) Facilitate School Crossing Guard Training as required by "Florida School Crossing Guard Training Guidelines", sessions to be held weekly until all guards are trained before the start of City of Tamarac contract date. b) Maintain School Crossing.Guard Training as required for all new personnel hired, scheduled on an "as need" basis. c) After January 15t institute School Crossing Guard annual retraining course to ensure all School Crossing Guards are retrained. B - Verify that School Crossing Guard Supervisor has State of Florida Department of Transportation certification. Permanent Staffing - Temporary Staffing 800 Corporate Drive, Suitc 602. Ft, Lrudt!rdale. Fl. 1113a • Tel 05.li 771-f1S')5 - F:ic ik)Ul 77'-QQ0) INDEPENDENT CONTRACTOR AGREEMENT BETWEEN CITY OF TAMARAC ,AND OASIS STAFFING/KING COMPANIES CORPORATION -rk;i Aryroo m+ is rA.-A. ^nA ^. +^r^A ;w#^ +k;o // A^&# 1999, by and between the CITY OF TAMARAC, a duly organized municipality under the laws of the State of Florida (hereinafter referred to as "CITY") . and OASIS STAFFING/KING COMPANIES CORPORATION as an independent contractor with principal offices located at 800 Corporate Drive, Fort Lauderdale, Florida (hereinafter referred to as "CONTRACTOR"). RECITALS WHEREAS, CITY desires to have school crossing guard services performed at school locations throughout the corporate limits of the City of Tamarac; and WHEREAS, CONTRACTOR agrees to perform school crossing guard services for CITY under the terms and conditions set forth in this Agreement. NOW, THEREFORE, IN CONSIDERATION of the mutual promises set forth herein, it is agreed by and between CITY and CONTRACTOR as follows: 1. CONTRACTOR agrees to provide SCHOOL CROSSING GUARDS, pursuant to Bid Document #99-12B (attached hereto and made a part hereof as Exhibit "A"). 2. The contract period will begin AUGUST 30, 1999 through SEPTEMBER 30, 2001. 3. As part of this Agreement, the CONTRACTOR shall provide SCHOOL CROSSING GUARDS at the pricing as follows: (a) SCHOOL CROSSING GUARDS at a total cost of $7.67 per hour. No price increase for the initial contract period will be accepted unless due to Federal Minimum Wage changes. (b) The hourly charge for each guard offered and accepted must remain firm throughout the life of the contract, and remain • consistent throughout the actual school year. (c) Costs for any subsequent years are subject to an adjustment only if an increase or decrease occurs throughout the local industry as set forth in the specifications of the bid document under Cost Adjustments (as stated in Exhibit "A"). 4. CITY may cancel the Contract based upon terms and conditions within the bid documents (as stated in Exhibit "A"). 5. CONTRACTOR'S obligations and CITY'S rights as contained in the bid documents and CONTRACTOR'S bid are made a part of the contract and are binding as if set forth in full herein (Exhibit "A"). 6. All insurance policies in a form and amount accepted to the CITY'S Risk Manager shall be furnished to the CITY prior to any service. 7. CONTRACTOR shall give preference -to CITY OF TAMARAC residents for positions in the CITY OF TAMARAC. 8. CONTRACTOR shall provide all training for both supervisory and non - supervisory school crossing guards as defined under "Training and Certification" in Exhibit "A". 9. CONTRACTOR shall provide the CITY with the name and telephone number of its contract administrator so that all complaints can be referred to that number. Complaints shall be responded to by vendor within (2) hours of receipt. CONTRACTOR shall keep a log of all complaints and responses thereto and shall provide same to CITY upon reasonable notice. 10. CONTRACTOR agrees that CONTRACTOR will at all times faithfully, industriously, and to the best of CONTRACTOR'S ability, experience and talents, perform all the services that may be required of and from CONTRACTOR pursuant to the express and implicit terms of this Agreement to the reasonable satisfaction of the CITY. 11. The parties intend that in Independent Contractor relationship will be created by this Contract. CITY is interested only in the results to be achieved and the details of the work performed by the CONTRACTOR lie solely with the CONTRACTOR. CONTRACTOR is not considered an agent or employee of the CITY for purposes of this contract. 12. This Agreement contains the complete agreement concerning the CONTRACTOR arrangement between the parties and shall as of the effective date of this Agreement supersede all other agreements between the parties. The parties stipulate that neither of them has made any representation with respect to the subject matter of this Agreement or its execution and duly accept such VA representations as are specifically set forth in this Agreement. Each of the parties to this Agreement acknowledges that is has relied on its own judgement in entering this Agreement. 13. No waiver or modification of this Agreement or any covenant, condition, or limitation contained in this Agreement shall be valid unless in writing and duly executed by the party to be charged. No evidence of any waiver or modification shall be offered or received in evidence in any proceeding, arbitration, or litigation between the parties arising out of or affecting this Agreement or the rights and obligations of the parties unless such waiver or modification is in writing and duly executed. 14. The CONTRACTOR shall provide school crossing services at the direction of the CITY at the location and related school opening and closing times per location and shall be compensated for the specific hours requested, a minimum of (3) hours. Any variations shall require approval by the designated CITY representative. 15. All terms, conditions, and covenants contained in this Agreement are severable and in the event of any of them shall be held to be invalid by any competent court, this Agreement shall be interpreted as if said invalid terms, conditions or covenants were not contained in this Agreement. 16. CONTRACTOR covenants and agrees not to assign, sell, mortgage, hypothecate, or in any manner transfer this Agreement or interest in the premises nor grant any licenses either voluntarily or by operation of law by any other entity or person without prior written consent of the CITY. 17. CONTRACTOR agrees to comply with all local, state and federal laws, including but not limited to all laws related to the training of school crossing guards. 18. The work to be performed under. this Contract will be performed entirely at CONTRACTOR'S risk and CONTRACTOR assumes all liability and holds the CITY, its employees, and officers harmless for any activity performed by or under the direction of the CONTRACTOR. CONTRACTOR will carry for the duration of this Contract, insurance in an amount and form acceptable to the Risk Manager, and the CITY shall be named as an additional insured. CONTRACTOR agrees to indemnify and hold CITY, its employees, and officers harmless for any all liability or loss arising in any way out of the performance of this Contract. CONTRACTOR agrees to provide CITY with certificates evidencing the required coverages before CONTRACTOR begins work hereunder. CONTRACTOR agrees to release and hold harmless and to defend CITY, an officer, employee, or agent is named as a Defendant for any suit, judgement, execution or liability as to any injuries or property damage which are • connected with or related to or growing out of this Agreement. Further, CONTRACTOR agrees to indemnify and hold harmless and to pay all costs, judgements and reasonable attorneys' fees incurred by CITY, its officers, agents and employees as a result of any act of CONTRACTOR, its agents, servants or employees, in connection with CONTRACTOR'S performance under the terms of this Agreement. This provision shall survive beyond the life of the Contract for any claims arising during the life of the Contract. Further, this provision shall supplement any indemnification provision contained in Exhibit "A". 19. CONTRACTOR will secure the payment of compensation when required to do so under Florida Statute Chapter 440. 20. This Agreement shall be governed by all United States, Florida, and local laws, regulations, ordinances, or other standards as set by any regulatory agency, including but not limited to, any and all municipal regulations or any other regulations which may govern the CITY OF TAMARAC, as a municipality of the State of Florida. 21. CONTRACTOR is to submit weekly invoices for the work performed; such invoices will specify date of work performed and number of hours worked per day. CONTRACTOR shall submit daily time sheets to Code Enforcement Manager as defined in Exhibit "A". 22. All notices between the parties hereto shall be in writing and sent certified mail, return receipt requested with copies as follow: As to the CITY: Robert S. Noe, Jr. City Manager City of Tamarac 7525 NW 88 Avenue Tamarac, FL 33321-2401 With Copy To: Mitchell S. Kraft City Attorney 7525 NW 88 Avenue Tamarac, FL 33321-2401 As to Contractor: Carol S. Greenich Staffing Services Manager Oasis Staffing/King Companies Corporation 800 Corporate Drive, Suite 602 Fort Lauderdale, FI 33334 4 0 23. Venue shall be in Broward County, Florida, with respect to any and all actions, which may be brought now, or hereafter in connection with this Agreement. 24. In the event any litigation or other action shall arise from this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees and all costs and expenses, including attorneys' fees and all costs and expenses for any court proceeding relative to the disposition of any issues arising under this Agreement. 25. CONTRACTOR agrees that in the performance of this Agreement, that it will not discriminate or permit discrimination in its hiring practices or in the performance of this Agreement against any person on the basis of race, sex, religion, political affiliation, handicap or national origin. 26.Y2K CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. CONTRACTOR agrees to indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. 5 Y IN WITNESS, WHEREOF, the parties hereto have made and executed this Agreement on the respective dates under each signature: CITY OF TAMARAC through its CITY COMMISSION, signing by and thro h its MAYOR, authorized to execute same by COMMISSION action on this7AIL99day of JULY, land Oasis Staffing/King Companies Corporation signi by and through duly authorized to execute same. CITY OF TAMARAC: BY: ✓JOE SCHREIBER MAYOR ATTEST: DATE: 7 / c, r• BY: C' CAROL GOL , CMCIAAE ,\V ROBERT S. NOE, JR. CITY CLERK CITY MANAGER .o7' S ladeena M Peby * *MY Commission CCaIGM •q,'l Expires Mardi 11. 2= 'Ac.�: DATE: -7��G MFM ELL-S. C ATTORI OASIS STAFFING/KING COMPANIES CORPORATION By: i•{�� DATE: 0 STATE OF FLORIDA ; :55 COUNTY OF BROWARD: I HEREBY CERTIFY that on this date, before me, an officer duly authorized in the State aforesaid and the County aforesaid to take acknowledgments, personally appeared to me known to be the person(s) described in and who exebUed the foregoing instrument and he/she acknowledged before me and under oath he/she executed the same. WITNESS my hand and official seal this 13. day of 1999. K•v f--r NO rARY PUBLIC, S e of Flo ' a at Large MELD M. GtlRSK1' Notary Public, State of n da Commission No, CC77 01 . (Name of Notary Public: nn , ' amp, or Type as Commissioned) Personally known to me, or ( ) Produced Identification Type of I.D. Produced ( ) DID take an oath or ( ✓) DID NOT take an oath. Is 7 EXHIBIT 112" ;i M�0,S7r^1=F=1tAI4MA 1 S September 12, 2001 City of Tamarac Attn: Cindy Deamer 7525NW 88t" Avenue Tamarac, Florida 33321-2401 Reference: Crossing Guard Bid Number 99-12B Dear Ms. Deamer, TEMP RESO #9489 Professional Employer Services Business Insurance Staffing Services This letter is to confirm that the above referenced contract will be allowed to expire on September 30, 2001. In order to help you with the transition to another staffing solution we will extend our Crossing Guard staffing support for another 30 days to expire on October 31, 2001. 0 r` Jack L. Downing `Y Vice President Staffing Services JD:bfs �� 0 Tel: 561.226500 + Fax: 561.227.6587 • 4400 North Congress Avenue • Suite 250 • West Palm Beach FL 33407 www.oasisadvantage.com .. r2 PAGE e a W"•�•i•. G`L�RL ,: rt�.;{r•••a A, ',. iil �I1Hroat b1 ^•,Ai.�`..,4; y' =111•., ,,�, .••�.y.f�•^'.'..`,y,., i),•rll. 1I1JR/JYl 111'r JdCI! Oleo Idl A A1229 'rIlm eCriTll"fCATC la favueb 00 A MATTCrt or IN Ofa AYId I111 RISK SERVICES OP PLORIDA ONLY ANb CONFERS NO RIGHTS UPON THE CiERTIPICATE I f mk a6m-{=LL DAY' f riki1 iE. 1LrTf_ I Iaa UnI M=9 TWIR 1-Cb714IrATF MnI:R WeIT APAII m 1, FYTpfun nR MLf bh 1 nm LEND"-"4pm KI��I..IKLlGIJ A• 1 ryG r4.ILlV Ims bGLUYY. J %ML FL 23431 eerM"^Nf=IC r 40 t%F CnAl -= 5��J72-9950 -- C.nMRANY NA-MONAL PIRA INaUKANV,-E: V C7 OF HAKTFOR A ED COMPANY a I CXIAIP_Tf91�I Inl�l It�ANIr.� / yarmS Statting, inc. COMPANY 4200 Wackenhut Drive, #' 00 Palm Beach Gardens, FL 33410 C _ CovmA rY b li V. +.1irV, r ..lt'Ud. Jr •.r�..r M•V'A• J r.Y.�' �•'/(•.'i nr/••- •%h.,: .`V.. ,,Jr. ., ',.5'. ,�(1, 1,��... �., ��.) ��..� �r I ..F';•-'�.,ici.•.. ,:i:.'.•Y��p•.'. .•6•.. Fi,i'.• Ilr.vrr�:.-,� �)wq•'•,'.R.r•.r1� •Twn 1Vqg5,,. . vI�'•'. •., . ,. - 1? MRTIJ.w Y,MtrN._�LI: ri�},_ �,tlu+r. uipl:tl�,f► LI.'JIT lC C6L;,11/v Mn�•! wi /I.I IL•}I-IsC T TM=II,M�Vy ybINaMRS•liRrlV't w:'` T+r•F�_,L I,f '+ tart;l._•C tr4oICATC D, HCrrWITHJTANOINCS P14t" MI QUTACIOLWT, Tt!AI a pR GdNbITIcN O►ANT IDOWRACT OR OTHt!R D00UMENT WITH RCDImt_ot To WHICH THI* f'FRTItIrATr MAY aF I ,,SI IPM AR MAY OPOTAIN TWO IN.41IR4Nrr AV0nROFM A Y TL4P Dni IGWA tIMSCOIRM N1:40N IS SI 3134-T TM Al I talk TKRM4, EXCLUSIONS AND CONDITIONS OF SUCH POLICI 5-5, LIMITS SWoVVN MAY HAVE BEEN ItEOUCEb 13Y PAID GLAsM5. TYPE OF WI IN$UNCE POIXY NUMRER &%AL c gut hm"Y)E � Pt]LICTE%PIffAIT1ON ne'eetuuM'll.rwf LIMITS ;rEK yAL LIABILITY 5359399 1 O/a 2/00 li 2/01 ,GNEr.AL AConE6^TE s $000Qa0 COMMERCIAL CCNCRALUAVILrrY �]��/A// PPODUCTS-COMPJOPACe $ 5000000 CLAIM a MnL�E OCCUR Vendor. �"�/G/ ✓1V PEOFCNAL a, ADV )NJUIPY $ 500000C - c.c� SDQOQOQ C''`e JL'�'O tl GpJ'*Ivn47pn' I^hpT _ w Oath of R~ � FIRE bAMh�E IAwn, ehn Frh) $ MED EXP lmv one twson) AUTOMOBILE LIABILITY Acceptable m ANY AUTO 1� Not Acce ble (pplLYp�JURY s ALL OVVNEbAUTOS �� oW SCHEDULED AUTOS �IY�► 1 r+'eetsan) WIRED AUtOS - onne�Ml r NUN-UVVNtU AU I VASig ro•• rya- •+a-t1 9 PROPERT'DAMaGE 4 tuna GARACELIASILITY AUTO ONLY -EA ACCIDENT E ANY AUTO QTWER TW AN AUTO ONLY EAr_I.1 ACCIDENT S AGGPE (GATE S EXCESS LIABILITY EACH OCCU0RENCE s UmkIKtLLA I-OKM "- AGOW-6ATE $ lJ n[w .nn14 �NrJh'lwLL JI n Vwm b wORKEA's OGMoENBeTION ANU WC19426E3101 4101101 4/01 /02 rM6L5k kts• LIA91LtTv EL EACW ACCIDENT 4 100000Q -�e oc,•ct,•c-..r�, yc i,a, , nnra*NEewExECUrn/E .. ,W _. , . r.,._ � nnnnnn r� r.IcrAat„tn cneonvr-� z 1000000 mrc�a cee ryri OTHER fleele cTArrkNlr TCnnanvnav Cn11PWrIVC�c ACarniki7Tr'r '' ". ix+CT AnCfAr �- SWOULU ANV OP T417 ABOyE DrI5CRtUb POLICIES BE CANCELLED or;VORE TNt= CITY OF TAMARAC 9XPIRAMN OATS THEREOF, TWE ISSUING COMPANY WILL ENDEAVOR TO MAIL 7525 N W. 88TH AVENUE Zo DAYS WR"'t2N NOTICETO TWEC15"FIC4TEHOLDIE-RNAMEUTO THS: 13SFT, TAMARAC. FL 33321-2401 BUT FAILUktE TO MAIL SUCW NOTICE SHALL IMPOSE NO OBLIGATION OR LIAIIILITY ATTN. STEVE BEANSOI_PWR OF ANY KIND UPON T► r! COMPANY, R9 AGGNTS Oki p@PREwwwrh s. FAX. c9541 Y24-2408 �C vroe 1 R.411I, r`1__�f!71'• ',i :, �Sr y ,,[. r�.,j .. .'�' LM+.F[i►.'I E{Y/M••J�gg;�i.' ?� I 918-d £0/ZO•d 811-1 611Z91£496-1 H IddViS SISVO- Ud £9:10 10-OZ-80 PiiEBOfi-I'p(7 CITY OF Fowr LAUDERDALE GIg5T CLASS MAIL ' w U.S. POSTAGE LICENSE PAID, Oz. --A 2000-200 1 L w I:'EO MIT NO- 401 p=660ATED ACIO BUSINESS O A S I S S T A F F 11V G >,ATIpN 5100 NW 33 All 4 140 FIRST CLASS MAIL AEPEBV LICENSED TO ENGAGE IN 5USINESS. OCCLIPATICN OR PROFESSION 09202 EMPLOYMENT —TEMPORARY PLACEMENT CENSE NUMBER 700835Q. QQ :)-.%L PEE PAID CIS L•CGNSE SSUM GOO THE PERIOD COMMENCINO OCTOBER 1$T AND NDING SEPTEMBER 30TH OR THE YEARS SHOWN ABOVE C)" ICE -- LICENSES MUST BE TPANSFSRRED W145-M BUSINESS SOLO OR MOVED. (PLEASE SEE BACK OF THIS FORM.) OST THIS LICENSE IN A CONSPICUOUS PLACE z3M S'00 KING TEMPORARY STAFFING INC 1301 RIVERPLACE BLVD.r 4700 JACKSONVILLE FL 32207 t3oerd of County Cbh1mbsiarwrs, Broward County FWda 53460 BROWARD COUNTY OCCl1JyA�ONAL LICENSE TAX ' � � " w � .—RENEW ON OR BEFORE FOAM No. POR PERIOD OCTOBER 1 2000 THRU SEPTEMBER SO 2001 SEPTEMBER 30, 2001 r PENALTIES IF PAID . f l RENEWAL . _ . ❑ TRANSFEFI SEC # 32 3 2 9 TAx4 $ j . 0 C BACfi TIF7c':, :' OCT. -10% � NOV. -15% DEC. - 2MJ6 After DEC. 31- 2$% ❑ NEW DATE BUSINESS DPENr=D C 2 / C 8 % 9 9 PENALTY •10100 Tax COIIeCtiOn FeO Or Grp to $25.00 T. C. FEF Based on Cast of Llvehse If Paid STATE OR COUNTY CERTMEG 0 On or -After Novewber 3o. moo EEEuuu BwlAeesr LocMlon Address: Ir C] D e R AC T E DR 600 TQTAL g •� Q ACCOUNT NUMBER r i I.AJDERDALE n n n 7 Nr 3jS-I.=SS PRONE 95L 772 -0525 OASIS STAFFING' ICING TEMPORARY STAFFING'INC THIS LICENSE MUST BE CONSPICUOUSLY DISPLAYED 1 3 C ", R I V= R P L A► C` B L V u 7 it 0 •• _ TO PU13LIC VIEW AT THE LOCATION Abt[RESS ABOVE. .s A t K 3 0I N V I L L E FL 3 2 c 17 7— C 0 0 G TYPE OF LICENSE TAX PAID ttl ALL L E T *1 I; R S a NIY CCO�.�'a go I�z�6s� c0 � s tv UNITS BbOWARD COUNTY REVENUE COLLECTOR �QQ� w .���� 1iS S. Andrew9 Canter Anne p Avenue. Governmentalx C� FORT LAUDERDALE, FL 33MI -SEE BACK FOR TRANSFER INFORMATION PAYMENT REGEIVEU AS VALIbAtED ABOVE 916—d £0/£0-d 821-1 611291£496-1 JNIddV1S SISVO-MOdd 89:10 10—OZ-90 + • h ae�,�rr a�l'i�+'ils;' b di Send uayour affifiments Accessing the pages on ambest.com constitutes the user's agreement to our terms of use; Information collected via this Web site is protected by our privacy statement; Comments or concerns should be directed to our customer service group; For other matters refer to our contact us page. or purchase the complete Best's Company Report for in-depth analysis. Rating Category (Excellent): Assigned to companies which have, on balance, excellent financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a strong ability to meet their ongoing obligations to policyholders. Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitatl evaluation of a company's financial strength, operating performance and market profile. The ratings are not a warranty of an insurer's current or future ability to meet its contract) obligations. (Best's Ratings are proprietary and may not be reproduced without permission fr( AM. Best.) The rating symbols "A++", "A+", "A", "A-", "B++", and "B+" are registered certification marks of the A.M, Best Company, Inc. Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+) companies. This special emblem displays their rating and category (Superior, Excellent, or Very Good), helping you discern industry leaders at a glance. Insurance Companies interested in placing a Best's Security Icon on their web site are required to regster online. Copyright © 2001 by A.M. Best Company,. -Inc. ALL RIGHTS RESERVED No part of this report may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. k Yihere 1 in the "Ratings as of 812912001 3:45:03 PM E.S.T. world is Find oA.loc REST? or purchase the complete Best's Company Report for in-depth analysis. Rating Category (Superior): Assigned to companies which have, on balance, superior financial strength, operating Wham d U performance and market profile when compared to the standards established by the A.M. Best Company. These companies, r tlg in our opinion, have a very strong ability to meet their ongoing obligations to policyholders. send us Y+csur menu Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's financial strength, operating performance and market profile. These Accessing the pages ratings are not a warranty of an insurer's current or future ability to meet its contractual on ambest.com obligations. (Best's Ratings are proprietary and may not be reproduced without permission from constitutes the user's A.M. Best.) agreement to our terms of use; Information collected The rating symbols "A++", "A+", "A", "A-", "B++", and "B+" via this Web site is are registered certification marks of the A.M. Best Company, Inc. protected by our privacy statement; Comments or concerns Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+) companies. This should be directed to special emblem displays their rating and category (Superior, Excellent, or Very Good), helping our customer service group; For other you discern industry leaders at a glance. Insurance Companies interested in placing a Best's matters refer to our Security Icon on their web site are required to register online. contact us page - Copyright © 2001 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this report may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details-