HomeMy WebLinkAboutAddendum No. 1KENNETH ROBERTSON JOHNNY MARTINEZ, P.E.
Chief Procurement Officer City Manager
ADDENDUM NO. 1
IFB No. 263247 August 8, 2011
Invitation For Bid (IFB) for Temporary Personnel Services
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and deletions amend the Bid Documents of the above captioned IFB,
and shall become an integral part of the Contract Documents. The remaining provisions are now in effect and remain .
unchanged. Please note the contents herein and reflect same on the documents you have on hand.
Q1. Will the Award be made to the three (3) lowest bidders of a particular Job title?
A2. Yes. Pursuant to Section 2.7, Method of Award, and Section .2.8, Primary Vendor Desionation, of the IFB, the
following is stated respectively:
.2.7. METHOD OF AWARD
Award of this contract will be made to the three (3) lowest responsive and responsible bidders who offer
the lowest marginal mark-up multiplier on an item by item, or a combination of items basis, whichever is in
the City's best interest. While the award will be made to multiple .Bidders to assure availability, the lowest
Bidder will be given the first opportunity to perform under the Terms and Conditions of the Contract. •
.2.8 PRIMARY VENDOR. DESIGNATION
While the Method of Award section identified above prescribes the method for determining the lowest
responsive and responsible Bidder(s), the City reserves the right to award this contract to the designated
lowest Bidder (as the Primary Vendor) and to award this contract to the designated second lowest Bidder
(as the Secondary Vendor) and then, award this contract to the designated third lowest Bidder (as the
Tertiary Vendor). If the City exercises this right, the Primary Vendor shall be given the first opportunity to
perform the service or deliver the goods identified in this contract. If the Primary Vendor declines this
opportunity, the City shall seek the identified services from the Secondary Vendor. in addition, if the
Secondary Vendor also declines the opportunity, the Tertiary Vendor will be notified.
As indicated above, Section 2.7 states that . Award of this contract will be made to the three (3) lowest
responsive and responsible bidders [...rand furthermore Section 2.8 states that T ..] the City reserves the right
to award this contract to the designated lowest Bidder (as the Primary Vendor) and to award this contract to the
designated second lowest Bidder (as the Secondary Vendor) and then, award this contract .to the designated
third lowest Bidder (as the Tertiary Vendor) [...j"
Q2. If a response includes bids for only a portion of job titles and "no bid" on others, will this be acceptable?
A2. Yes, it will be acceptable. Prospective Bidders are not required to submit a bid response for each and every
position listed in the IFB. Prospective Bidders are allowed to submit a bid response for a portion of the temporary
positions listed in the iFB.
Page 1
Q3. Can the City provide the usage in dollars per job category from the existing Temporary Personnel
Services contract? If unavailable, can the City inform Prospective. Bidders of the total spend for the last
twelve (12) months by job category? . .
A3. Yes. Please refer to the following table:
Position
Spend — Fiscal Year 2010-2011
Average Spend
(FY: 2007 to 2011)
Account Clerk
$44,611.81
$39,967.73
Accountant
$17,941.17
$5,754.96
Accountant, Senior
None Hired
$1,940 (FY: 2007-2008)
Administrative Assistant
$40,921.86
$136,879.26
Clerk I
$10,582.63
$5,612.59
Clerk II
$39,956.16
$305,995.04
Clerk Typist
$334,769.27
$203,897.23
Grant Writer
None Hired
None Hired
Heavy Equipment Mechanic
$219.12
$15,119.28
Heavy Equipment Mechanic Helper
None Hired
None Hired
Laborer
None Hired
None Hired
Painter
None Hired
$15,066.74 (FY: 2008 to 2010)
Receptionist
None Hired
$17,965.08 (FY: 2007 to 2010)
Scheduler/Special Comm. Projects
None Hired
$19,768.17 (FY: 2007 to 2009)
Special Projects Administrator
None Hired
$63,474.75 (FY: 2009 to 2010)
Sr. Heavy Equipment Operator
None Hired
$4,368.48 (FY: 2009 to 2010)
Surveyor
$16,372.80
$34,462.00 (FY: 2008 to 2011)
Q4. Can a Prospective Bidder submit its bid response both on line and in writing, or does -the City -prefer
only one method of submission?
A4. Pursuant to Section 1.79, Submission of Receipt of Responses, of the IFB, the following is stated:
"Responses shall be submitted electronically via the Oracle System or responses may be submitted in
hardcopy format to the City Clerk City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, [...]"
As indicated, Prospective Bidders may submit their bid response electronically or in hardcopy format.
Prospective Bidders are not required to submit the bid response both electronically and in hardcopy format. The
City prefers Prospective Bidders to submit the bid response electronically via the Oracle Sourcing system.
Q5. Is a Prospective Bidder required to bid on all job categories?
A5. Please refer to the answer posted for Question # 2 in this addendum.
Q6. Are the rates listed in "Attachment A -Job .Classification Pay Rate" the maximum rates? Can a
Prospective Bidder suggest and compete with different and higher rates?
A6. The pay rates listed in "Attachment A — Job Classification Pay Rate" are the maximum hourly pay rates for
temporary employees. Temporary employees are to be paid no more and noless than the hourly pay rate
indicated in Attachment A. Prospective Bidder is not allowed to suggest and compete with different and higher
• classification pay rates. It's the City's right (not the bidder's) to adjust the pay rates, as indicated in Section 2.10,
Job Classification Pay Rate, of the IFB:
"City reserves the right to adjust the pay rates shown in Attachment A, pursuant to, but not limited to: the
Department of Labor and Fair Labor Standard Act (FLSA) and City Ordinances. Successful Bidder will be
required to pay no less than the pay rate indicatedforeach classification. The Successful Bidder(s) will
• make available to all employees under work assignment to the City, a copy of the pay rate schedule. The
=City reserve's the'right to-audit.the payroll, during -the contract period to insure contract compliance (...j'
Page 2
Q7: Is there a current vendor/ vendors?
A7: Yes. A total of three (3) vendors are currently under contract with the City for the provision of Temporary
Personnel Services (Bid Contract IFB 66044).
Q8: If there is a current vendor/ vendors, can Prospective Bidders obtain copies of pages 5-10 submitted
or a "Tabulation Sheet" showing a compilation of the same information from the last time this IFB was
issued?
A8: Please refer to the enclosed copy of the "Tabulation" for IFB 66044 — Temporary Personnel Services.
Q9: If there is a current vendor/ vendors, what is there current "Bill Rate", "Pay Rate" and "Mark -Up"?
A9: Please refer to the enclosed copy of the "Award Sheet" for Bid Contract IFB 66044 — Temporary Personnel
Services.
Q10: What is the amount that the City of Miami has spent on these positions and what is the amount that the
City of Miami anticipates spending in the next year?
A10: The dollar amount the City of Miami has spent under the current Bid Contract 1FB 66044 is reflected in the
table shown in the answer to Question # 3 in this Addendum. The dollar amount the City anticipates spending
in Temporary Personnel Services next year is unknown as it varies by City Department. For this reason, the
following is mentioned in Section 2.26, Work Assignments Identified by the City, of the IFB:
"All work assignments during the contract period will be on a "as needed" basis, complying with the
"Notification" requirements stipulated in Section 3, Specifications, of this IFB. Bidder(s) shall assume
no guarantees as to the number or frequency of work assignment or the amount of payments under
the terms of this contract. [...J"
Q11: Is this an "All or Nothing" Bid?
All: No. This is not an "All or Nothing" bid. Please refer to the answer posted for Question # 2 in this Addendum.
• Q12: .Is theree-a "Bid Bond" required by this IFB? If yes, can the City.provide-a copy of the.form used bythe
City of Miami?
Al2: There is no "Bid Bond" requirement for IFB 263247.
Q13: Are pages 5-10 to be part of the bidder's response to this IFB?
A13: Yes. Prospective Bidder's responding to this IFB in hardcopy format shall fill out and submit, as part of their bid
response, pages 5 through 10 of the IFB.
Q14: In regards to IFB 263247, Prospective Bidder wants to know if there is a current staffing firm that was
awarded vendor status under a similar contract and if the City could share the details regarding the
rates that were approved for temporary staffing.
A14: Yes. The City of Miami currently is under contract with three (3) temporary staffing agencies, pursuant to Bid
Contract IFB 66044. "Details" of the rates are shown in the attached document titled "Award Sheet" for Bid
Contract IFB 66044.
Q15: Regarding the Invitation for Bid for Temporary Personnel, number 263247, is the bidder required to bid
on all positions listed? Will an Offeror who can only fill some of the positions be considered for
award?
= A15: Please refer to the answer posted for Question # 2 in this Addendum.
Page 3
Q16: In regards to the heavy equipment operators; are there specific licenses or certifications required?
Are these expected to be long or short term assignments?
A16:. As shown in Section 3, Specifications, subsection 11, Job Classifications, page 48 of the IFB, "Senior Heavy
Equipment Operator" has the following requirement with regards to "specific licenses or certifications":
REQUIREMENTS:
Graduation from high school or vocational school, and 2 - 4 years experience operating heavy and
complex construction and maintenance equipment. Candidates must possess a valid State of Florida
Commercial Driver's License at the time of appointment.
OR
Equivalent combination of training and experience.
This position may be either long or short term, depending on the needs of the City's end -user department. As
shown in Section 3, Specifications, subsection 2, Notification, page 38 of the IFB, [...] Requests for specific
work assignments 'will be made on the basis of the hourly rate submitted and availability of the Successful
Bidder's work unit to the schedule set by various City Departments/Offices."
Furthermore, Section 2.26, Work Assignments Identified by the City, states: "All work assignments during the.
contract period will be .on a "as needed" basis, complying with the "Notification" requirements stipulated in
Section 3, Specifications, of this IFB. Bidder(s) shall assume no guarantees as to the number or frequency of
work assignment or the amount of payments under the terms of this contract."
Q17: The cover page of IFB 263247 fists 7:00 as the'closing time for the bid. Is this a.m. or p.m.?
A17: The closing time for this bid is "8/16/2011 @ 10:00", as shown in the cover page of IFB 263247.
That is. 10:00 A.M.
Q18: What is the value of the current contract?
A18: Please refer to the table posted in the answer to Question # 3 in this Addendum.
Q19: Is'there an incumbent, and if so who is it?
A19: There are a total of three (3) contracted vendors under the City's current Bid Contract IFB 66044 for
Temporary Personnel Services. The contracted vendors are: Tri-State Employment Services, Inc., A1A
Employment of Miami, and Westaff, Inc.
Q20: What is the volume, by job category, for the current contract?
A20: Please refer to the table posted in the answer to Question # 3 in this Addendum.
Q21: In the IFB (Section 1.11) a bid bond 1 bid security is listed, but it is not listed in the Special Conditions.
Is a Bid Bond / Bid Security required for this IFB?
A21: Please refer to the answer posted for question # 12 in this Addendum.
Q22: In the IFB '(Section 1.60) a performance / payment bond is listed. 'Is a Performance / Payment Bond
required for this IFB?
A23: Successful Bidder(s) are not required to provide the City of Miami with a "Performance/Payment Bond" under
IFB 263247
Page 4
Q24: • This clause, listed in IFB 263247, is not applicable to a Staffing Relationship, will the City remove?
General Terms and Conditions, Section 1.27
(F). Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred.by the City as a result of a default or a default incurred beyond
the time limits stated, together with the cost of completing the work, shall be deducted from
any monies due or which may become due on this Contract.
A24: No. Section 1.27(F) will not be removed for the IFB's General Terms and Conditions.
Pursuant to Section 1.35, Exceptions to General and/or Special Conditions or Specifications, of the IFB, the
following is stated:
j...] Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be
considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non-
responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may
lead to terminating negotiations."
Q25: Will the City change the following Clauses of the IFB as reflected by GROSS, GROSSLY NEGLIGENT
and WILLFULL?
General Terms and Conditions, Section 1.43. INDEMNIFICATION
Contractor shall indemnify , hold harmless and defend the City, its officials, officers, . agents,
directors, and employees, from liabilities, damages, losses, and costs, including, but not
limited to reasonable attorney's fees, to the extent caused by the GROSS negligence,
recklessness or [... j"
Special Terms and Conditions, Section 2.14. INSURANCE REQUIREMENTS
.. .... .. ..... .. .. ... .... . . .
INDEMNIFICATION
Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and
against any and all claims, liabilities, losses, and causes of action, which may arise out of
bidder's performance under the provisions of the contract, including all GROSSLY NEGLIGENT
acts or WILLFULL omissions to act on the part of bidder, including any person (...j"
A25: No. The City will not change Section 1.43, Indemnification, and Section 2.14, Insurance Requirements, of the
IFB.
Pursuant to Section 1.35, Exceptions to General and/or Special Conditions or Specifications, of the IFB, the
following is stated:
7...] Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be
considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non-
responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may
lead to terminating negotiations."
Page 5
Q26: Since Temporary Employees are paid WEEKLY, the City will be invoiced weekly. Please change this
portion to WEEKLY. Prospective Bidder agrees to 45 Day Payment Terms. Please confirm that the. City
will pay weekly.
Special Condition,. Section 2.22. PRICING AND PAYMENT
"Payments will be made monthly, in arrears, for services rendered the previous month, upon
submission of properly certified invoices and/or approved inspections reports f...1"
A26: The City will not change Section 2.22 to indicate that payments will be made "Weekly". Pursuant to General
Terms and Conditions Section 1.82, Terms of Payment, the following is stated:
"Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have
been received, inspected, and found to comply with award specifications, free of damage or defect,
and properly invoiced. No advance payments of any kind will be made by the City of Miami.
Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection
and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other
applicable law."
As indicated in Section 1.82, "[...] Payment shall be made after delivery, within 45 days of receipt of an invoice
and authorized inspection and acceptance of the goods/services"
Although the Successful Bidder(s) may submit their invoices weekly to the City of Miami Finance Department,
with a copy to the City's end -user department (if requested), payments for invoices received will not be made
weekly.
To ensure that payment is expedited, Successful Bidders must always submit their invoice to the City's
Finance Department.
Q27: This portion of Section 2.22 of the IFB does not pertain to a Staffing Relationship, will the City remove?
2.22. PRICING AND PAYMENT •
"(...j Building and other damages caused by Successful Bidder's employee(s) shall be
estimated by the Contract Administrator or designee and computed actual costs of repairs
shall be deducted from the Contractors total monthly billing(s).
Proven theft/loss/damage made . by Successful Bidder's employees shall result in the
replacement of the identified item(s) and all replacement costs shall be deducted from the
Successful Bidder's total monthly billing(s)."
A27: The above cited language from Section 2.22 is applicable to the services solicited under IFB 263247 and as
such will not be removed.
ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME.
Sincerely,
ke"1/// i'd/1
Kenneth Robertson
Director/Chief Procurement Officer
.VKR/yg
Cc: Bid File
Page 6
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
!tern Description Supplier
#1 Receptionist
#2 Clerk 1
# 3 Clerk 11
#4 CierkTypist
=#5 Secretary
TABULATION OF BIDS
BID NO. 66044
TEMPORARY PERSONNEL SERVICES
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
'Established Calculated
Marginal Employee Hourly
Markup Hourly Pay Rate to
Multiplier Rate Supplier
Tri-State Employment Service, Inc. $
MA Employment of Miami, Inc. $
Westaff
Tri-State Employment Service, Inc.
AIA Employment of Miami, Inc.
Westaff
Tri-State Employment Service, Inc.
Westaff
AlA Employment of Miami, Inc.
Tri-State Employment Service, Inc.
Westaff
A1A Employment of Miami, Inc.
Westaff
Tri-State Employment Service, Inc.
AMA Employment of Miami, inc.
1.2398 $ 12.17 $
1.2475 $ 12.17 $
1.2537 $ 12.17 . $
$ 1.2398 $ 12,17 "$
$ 1.2475 .$ 12.17 $
$ 1.2537 $ 12.17 $
• $ 1.2398 $ 13.42 $
$ 1.2413 $ '13.42 .$
$ 1.2475 $ 13.42 .$
$ 1.2398 .$ 12.77 $
.$ 1.2475 $ 12.77 '$
'$ 1.2475 '$ 12.77 :$
"$ '1.2356 •$ 14.09 $
.$ 1.2398 :$ 14.09 .$
.$ 1.2475 .$ 14.09 $
Scheduler/Special
Community
*6 Projects Tri-State Employment Service, Inc_ $ 1.2398 :$
Westaff :$ 1.2455 :$
• AIA Employment of Miami, Inc. '$ '1.2475 3
#7 Administrative Tri-State Employment Service, Inc.
AlA'Employme►it of Miami, Inc.
Westaff
*8 Account Clerk Westaff
Tri-State Employment Service, Inc.
A -IA Employment of Miami, Inc.
# 9 Accountant
Tri-Stafe Employment Service, Inc.
Westaff
AIA Employment of Miami, Inc.
# 10 Accountant, Sr. Tri-State Employment Service, Inc.
Westaff
AIA Employment of Miami, Inc.
# 11 Legal Secretay
Tri-State Employment Service, Inc.
Westaff
AlA Employment of Miami, Inc.
Prepared by: Maritza Suarez, 1/7/08.-
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
18.98 :$
18.98 :$
118.98 1
"$ 1.2398 $ 21.00 '$
$ 1.2475 .$ 21.00 :$
$ 1.2587 "$ .21.00 3
$ 1.2313 :$ 14.64 $
$ 1.2396 $ 14.64 $
.$ 1.2475 $ 14.64 $
:$ 1.2398 $ 18.77 $
$ 1.2469 $ 18.77 $
$ 1.2775 $ 18.77 $
$ 1.2398 $ 21.74 $
$ 1.2449 $ 21.74 $
$ 1.2775 $ 21.74. $
$ . 1.2398 ' $
$ 1.2472 $
$ 1.2475 $
Page 1 of 3
15.09 PRIMARY
15.18 SECONDARY
15.26 TERTIARY
15.09 PRIMARY
15:18 SECONDARY
15.26 TERTIARY
16.64 PRIMARY
16.66 SECONDARY
16.74 TERTIARY
15.83 PRIMARY
15.93 SECONDARY
15.93 •TERTIARY
17:41 PRIMARY
17.47 SECONDARY
17.58 TERTIARY
23.53 PRIMARY
23.64 SECONDARY
23.68 TERTIARY-" • --
.26.04 PRIMARY
26.20 SECONDARY
26.43 TERTIARY
18.03 PRIMARY
18.15 SECONDARY
18.26 TERTIARY
23.27 PRIMARY
23.40 SECONDARY
23.98 TERTIARY
26.95 PRIMARY
27.06 SECONDARY
27.77 TERTIARY
18.72 $ 23.21 PRIMARY
18.72 .$ 23.35 SECONDARY
18,72 $ 23.35 TERTIARY
Department Director/Designee
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
item Description Supplier
# 12 Paralegal
TASULAI ION Ui-81136
BID NO. 66044
TEMPORARY PERSONNEL SERVICES
Tri-State Employment Service, Inc.
Westaff •
MA Employment of Miami, Inc.
Marginal
Markup
Multiplier
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Established Calculated
Embloyee Hourly
Hourly Pay Rate to
Rate Supplier
$ 1.2398 .$ 22.87 .$
$ '1.2474 $ 22.87 $
$ 1.2475 $ 22.87 $
# 13 Transcriber Tri-State Employment Service, Inc. $
AIA Employment of Miami, Inc. $
Westaff
#14 Item was deleted from the !FB through Addendum No. 1
Specifications
# 15 Writer Westaff
Tri-State Employment Service, Inc.
AIA Employment of Miami, Inc.
-# 16 Special Projects Westaff
Tri-State Employment Service, Inc.
AlA Employment of Miami, Inc.
# 17 Grant Writer
Westaff
Tri-State Employment Service, inc.
A1A Employment of Miami, Inc.
# 18 Graphic Illustrator Tri-State Employment Service, Inc.
AIA Employment of Miami, Inc.
Westaff
$
1.2398 $ 20.75 $
1.2497 $ 20.75 $
1.2604 $ 20.75 $
1.2262 $
1.2398 $
1.2497 $
$ 1.2108 $
$ 1.2398 $
$ 1.2497 $
$
-1.2352 .$
1.2398 -$
1.2497 .$
27.45 $
27.45 $
27.45 .$
48.78
48:78
48.78
25.30
.25.30
.25.30
1.2398 $ .20.75
1.2497 $ .20:75
1.2604 $ .20:75
28.35 PRIMARY
28.53 SECONDARY
28.53 TERTIARY ,
25.73 PRIMARY
25.93 SECONDARY
26.15 TERTIARY
33.66 PRIMARY
34.03 SECONDARY
34.30 TERTIARY
$ 59.06 PRIMARY
$ 60.48 SECONDARY
$ 60.96 TERTIARY
$ 31.25 PRIMARY
$ 31.37 SECONDARY
$ 31.62 'TERTIARY
.25.73
25.93
26:15
PRIMARY
SECONDARY
TERTIARY
#19 Laborer
Tri-State Employment Service, Inc.
A1A Employment of Miami, Inc.
Westaff
Tampa Service Co., Inc. d/b/a
Pacesetter Personnel Service
-##20 Custodian Westaff
Tri-State Employment Service, Inc.
A1A Employment of Miami, Inc.
Tampa Service Co., Inc. d/b/a
Pacesetter Personnel Service
#.21 Painter
22 Senior Heavy
Tri-State Employment Service, Inc.
A1A Employment of Miami, Inc.
Westaff
Tampa Service Co., Inc. d/b/a
Pacesetter Personnel Service
Tri-State Employment Service, Inc.
Westaff
A1A Employment of Miami, Inc.
Prepared by: Maritza Suarez1/7/08.:
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
$ '12724 $
$ 1.2999 $
$ 1:3106 :$
$ 1.3597 $
$
$ 1.3599 $
1.2664 .$
1.2724 $
1.2999 $
1.3597 $
1.2724 $
1.2999 $
1.3276 $
1.3200 $
1.3219 $
1.3301 $
1329 .$ 16.91 PRIMARY
'13.29 .$ 17.28 SECONDARY
13.29 $ 17.42 TERTIARY
13.29 .$ 18.07
13.29
13.29
13.29
13.29
17.06
17.06
17.05
17.06
21.77
21.77
21,77
$ 16.83 PRIMARY
$ 16.91 SECONDARY
$ 17.28 TERTIARY
$ 18.07
$
21.71 PRIMARY
22.18 SECONDARY
22.65 TERTIARY
$ 23.20
$ 28.74 PRIMARY
$ 28.78 SECONDARY
$ 28.96 TERTIARY'.
partment Director/Designee
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
ATTACHMENT TO ADDENDUM NO. 1 ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247 FOR IFB 263247
TABULATION OF BIDS
BID NO. 66044
TEMPORARY PERSONNEL SERVICES
item Description
,r—
Established Calculated
Marginal Employee Hourly
Markup Hourly Pay Rate to
Supplier Multiplier Rate Supplier
Tampa Service Co., Inc. d/b/a
Pacesetter Personnel Service
$ 1.3601 $
21.77 $ 29.61
Heavy Equipment
#f 23 Mechanic Tri-State Employment Service, Inc. $ 1.3200 .$ 20.75 $ 27.39 PRIMARY
Westaff $ 1.3285 $ 20.75 $ 27.57 SECONDARY
AIA Employment of Miami, Inc. $ 1.3301 $ 20.75 $ 27.60 TERTIARY
Tampa Service Co., inc. d/b/a
Pacesetter Personnel Service $ 1.3600 $ 20.75 $ 28.22
Heavy Equipment
#.24 Mechanic Helper TO -State Employment Service, inc. $ 1.3200 .$ 15.45 $ 20.39 PRIMARY
A1A Employment of Miami, Inc. $ 1.3301 $ 15.45 $ 20.55 SECONDARY
Westaff $ 1.3421 .$ 15.45 $ 20.74 TERTIARY
Tampa Service Co., Inc..d/b/a
Pacesetter Personnel Service $ 1.3599 $ 15.45 $ 21.01
Prepared by. Maritza Suarez, .1/7/08.
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Page.3 of 3
epart ent D+rector/Deslgne
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
;II ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Item Description
Receptionist ****
Primary
Secondary
Tertiary
2 Clerk;I
3 Clerical
Primary
Secondary
Tertiary
AWARD SHEET
BID NO. 66044
TEMPORARY PERSONNEL SERVICES
Established
Marginal Employee I-iviriq Wage
Markup Hourly Pay Increase,
Multiplier Rate Effective 411109
$ 1.2398 $ 12.17 $ 12.91
$ 1.2475 $ 12.17 $ 12.91
$ 1.2537 $ 12.17 $ 12.91 t.
$ 1,2398 $ 12.17 $ 12,91
$ 1.2475 $ 12.17 $ 12.91
$ 1.2537 $ 12.17 $ 12.91
Primary $ 1.2398 $ 13.42
Secondary $ 1.2413 $ 13.42
':Tertiary $ 1.2475 $ 13.42
4 Clerk Typist **"
Primary $ 1.2398 $ 12.77 $ 12.91
.Secondary $ 1.2475 $ 12.77 $ 12.91
Tertiary $ 1.2475 $ 12.77 $ 12.91
Primary Vendor
Pay Rates
Tri-State Employment Services, Inc.
$ 16.01 /hr
Tri-State Employment Services, Inc.
$ 16.01 /hr
Tri-State Employment Services, Inc.
$ 16.64 /hr
Tri-State Employment Services, Inc.
$ 16.01 /hr,
5 Secretary # Tri-State Employment Services, Inc.
`Primary $ 1.2356 $ 14.09 i $ 17.41 /hr
!Secondar
y $ 1.2398 $ 14.09
Tertiary $ 1.2475 $ 14.09
(****) EmployeezRale adjusted for job classification per the Living Wage Ordinance
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
3d
l'4,
Page 1 of 6
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Secondary Vendor
Pay Rates
A1A Employment of Miami
$ 16.11 /hr
A1A Employment of Miami
$ 16.11 /hr
AIA Employment of Miami
$ 16.66 /hr
AMA Employment of Miami
$ 16.11 /hr
AIA Employment of Miami
$ 17.41 /hr
Tertiary Vendor
Pay Rates
Westaff
$ 16.19 /hr
Westaff
$ 16.19 /hr
Westaff
$ 16.66 /hr
Westaff
$ 16,11 /hr
Westaff
$ 17,41 /hr
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Item Description
Scheduler!Special
6 Community Projects
Primary
Secondary
Tertiary
Administrative
7 Assistant
Primary
Secondary
Tertiary
8 Account Clerk,
:Primary
Secondary
:Tertiary
g Accountant
AWARD SHEET
Bit) NO. 66044
TEMPORARY PERSONNEL SERVICES
Established
Marginal Employee Living Wage
Markup Hourly Pay Increase,
Multiplier Rate Effective 411109
$ 1,2398 $ 18.98
$ 1.2455 $ 18.98
$ 1.2475 $ 18.98
$ 1.2398 $ 21.00
$ 1.2475 $ 21.00
$ 1.2587 $ 21,00
$ 1.2313 $ 14,64
$ 1,2398 $ 14.64
$ 1.2475 $ 14.64
rimary $ 1.2398 $ 18.77
Secondary $ 1,2469 $ 18.77
Tertiary $ 1.2775 $ 18.77
10 Accountant, Sr.
'Primary.
'Secondary
Tertiary
$ 1.2398 $ 21,74
$ 1.2449 $ 21.74
$ 1.2775 $ 21.74
ATTACHMENT TO ADDENDUM NO. 1
`FORIFB 263247
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Primary Vendor Secondary Vendor
Pay Rates
Tri-State Employment Services, Inc.
$ 23.53 /hr
Tri-State Employment Services, Inc.
$ 26.04 /hr
Tri-State Employment Services, Inc.
$ 18.03 /hr
Tri-State Employment_Services, Inc.
$ 23.27 /hr
Tri-State Employment Services, Inc.
$ 26.95 /hr
Page 2 of 6
5i
Pay Rates
A1A Employment of Miami
$ 23.64 /hr
AMA Employment of Miami
$ 26.20 Ihr
A1A Employment of Miami
$ 18.03 /hr
A1A Employment of Miami
$ 23.40 /hr
A1A Employment of Miami
$ 27,06 /hr
Tertiary Vendor
Pay Rates
Westaff
$ 23,64 /hr
Westaff
$ 26.43 /hr
Westaff
$ 18.03 /hr
Westaff
$ 23.40 /hr
Westaff
$ 27.06 /hr
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
5' IL
ATTACHMENT TO ADDENDUM NO. 1
• - FOR IFB 263247
Item Description
11 Legal Secretay
Primary
Secondary
Tertiary
12 Paralegal
Primary
Secondary
Tertiary
13 Transcriber
Primary
=' Secondary
Tertiary
14 Specifications Writer
Primary
Secondary
Tertiary
Speci'aI Projects
15 Administrator
Primary
Secondary
Tertiary
AWARD SHEET
BID NO. 66044
TEMPORARY PERSONNEL SERVICES
Established
Marginal Employee Living Wage
Markup Hourly Pay Increase,
Multiplier Rate Effective 4/1/09
$ 1,2398 $ 18.72
$ 1.2472 $ 18.72
$ 1.2475 $ 18.72
1,2398 $ 22.87
1.2474 $ 22.87
1.2475 $ 22.87
1.2398 $ 20.75
1.2497 $ 20.75
1.2604 $ 20.75
$ 1.2262 $ 27.45
$ 1,2398 $ 27.45
$ 1,2497 $ 27.45
1,2108 $ 48.78
1.2398 $ 48.78
1.2497 $ 48.78
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Primary Vendor
Pay Rates
Trl-State Employment Services, Inc.
$ 23.21 /hr
Tri-State Employment Services, Inc.
$ 28,35 Ihr
Tri-State Employment Services, Inc.
$ 25,73 /hr
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Secondary Vendor
Pay Rates
MA Employment of Miarril
$ 23.35 /hr
Tertiary Vendor
Pay Rates
Westaff
$ 23.35 /hr
A1A Employment of Miami* ! Westaff
$ 28.528 /hr $ 28,528 /hr
A1A Employment of Miami
$ 25.93 /hr
Tri-State Employment Services, Inc. - *c A1A Employment of Miami
$ 33.66 /hr
Tri-State Employment Services, Inc.
$ 59.06 Ihr
Page 3 of 6
$ 33.66 /hr
A1A Employment of Miami
$ 59,06 /hr
{:{G3
ICI
*
lei
Westaff
$ 26.15 /hr
Westaff
$ 33.66 /hr
Westaff
$ 59.06 /hr
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
r
Item Description..
16 Grant Writer
Primary
Secondary
Tertiary
17 Graphic Illustrator
Primary
Secondary
Tertiary
18 Laborer ;
Primary
.Secondary
Tertiary
Established
Marginal Employee
Markup Hourly Pay.
Multiplier Rate
1.2352 $ 25,30
1.2398 $ 25.30
1.2497 $ 25.30
$ 1,2398 $ 20.75
$ 1,2497 $ 20.75
$ 1,2604 $ 20.75
$ 1.2724 $ 13.29
$ 1,2999 $ 13.29
$ 1.3106 $ 13.29
19 Custodian
Primary $ 1.2664 $ 13.29
Secondary $ 1.2724 $ 13.29
Tertiary $ 1.2999 $ 13.29
20 Painter
.Primary .
Secondary
:Tertiary
$ 1.2724 $ 17.06
$ 1.2999 $ 17.06
$ 1.3276 $ 17.06
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
AWARD SHEET
BID NO.66044
TEMPORARY PERSONNEL SERVICES
Living Wage
Increase,
Effective 41110
Primary Vendor
Pay Rates
Tri-State Employment Services, Inc.
$ 31,25 /hr
Tri-State Employment Services, Inc.
$ 25.73 /hr
Tri-State Employment Services, Inc.
$ 16.91 /hr
Tri-State Employment Services, Inc.
$ 16.83 /hr
Tri-State Employment Services, Inc.
$ 21.71 /hr
Page 4 of 6
331
14
ts;
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Secondary Vendor
Pay Rates
A1A Employment of Miami
$ 31.25 /hr
A1A Employment of Miami
$ 25.93 /hr
A1A Employment of Miami
$ 17.28 /hr
A1A Employment of Miami
$ 16.83 /hr
A1A Employment of Miami
$ 22.18 /hr
3;
Tertiary Vendor
Pay Rates
Westaff
$ 31.25 /hr
Westaff
$ 26,15 /hr
Westaff
$ 17.42 /hr
Westaff
$ 16.83 Ihr
- Westaff
$ 22,65 Ihr
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Item Description
Sr. Heavy Equipment
21 Operator
Primary
Secondary
Tertiary
Heavy Equipment
22 Mechanic
Primary
Secondary
Tertiary
Heavy Equipment
23 Mechanic Helper
Primary
Secondary
Tertiary
AWARD SHEET
BID NO. 66044
TEMPORARY PERSONNEL SERVICES
Established
Marginal Employee Living Wage
Markup Hourly Pay Increase,
Multiplier Rate Effective 4/1109
$ 1.3200 $ 21.77
$ 1.3219 $ 21.77
$ 1.3301 $ 21.77
1.3200 $ 20.75
1.3285 $ 20.75
1.3301 $ 20.75
1,3200 $ 15.45
1.3301 $ 15.45
1.3421 $ 15.45
r, ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Primary Vendor
Pay Rates
Tri-State Employment Services, Inc.
$ 28.74 /hr
TrI-State Employment Services, Inc.
$ 27.39 /hr
Tri-State Employment Services, Inc.
$ 20.39 /hr
Page 5 of 6
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Secondary Vendor
Pay Rates
AIA Employment of Miami
$ 28.78 /hr
A1A Employment of Miami
$ 27.57 /hr
AIA Employment of Miami
$ 20,55 /hr
} Tertiary Vendor
Pay Rates
Westaff
$ 28.78 /hr
Westaff
$ 27.57 /hr
Westaff
$ 20.74 /hr
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Item Description
Established
Marginal Employee Living Wager
Markup Hourly Pay Increase,
Multiplier Rate Effective 411109
AWARD SHEET
BID NO. 66044
TEMPORARY PERSONNEL SERVICES
N u. .. M as as <F a n .ni/mkr.+n
fa. do ob �'i ssificatioi Effective April l ,2009 "
t ,twos .r.A4 sr Mgu� .s f„c;! .uFvtevti, ce:54,ti ,sk-A:I.k.:APrff,;. ., .tIlip: tC;Ei..�. ii v' in rr,'creS�i7 ,-• r 2 � e , .sty- s{_
24 Surveyor
MA Employment of Miami
Primary $ 1,2199 $ 28.62 $ 34.91 /hr
Secondary $ 1.2397 $ 28.62
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247
Primary Vendor =i Secondary Vendor
Pay Rates Pay Rates
Westaff
$ 35.48 /hr
Applicability of local preference, tie bids, and designation of primary, secondary, and tertiary vendors under these circumstances
Tertiary Vendor
Pay Rates
N/A
(*) Denotes the applicability of the City of Miami Local Preference Ordinance. The bid price from both local vendors, Tri-State and AIA will be the same bid price as the non -local vendor
Westaff. Pursuant to Florida Statute §287.087; and, sections 1.10 (B) and 2.17 of the IFB, an award of a tie bid could not be determined, since both Local Vendors contain Drug -Free Workplace
Programs;. The Purchasing Director has determined to award the tie breaker between local vendors to the local vendor with the initial lowest bid and designate it as the Primacy Vendor, the other
local vendor as the Secondary Vendor, and the non -local as the Tertiary Vendor.
(**) Denote's the situation:whereby a local vendor has matched the non -local vendor bid price. Accordingly, in order to apply local preference, the local vendor will be designated as the
Secondary Vendor and the non -local vendor as the Tertiary Vendor. Tie Bid was riot la consideration in this case since the vendors were not similarly situated (i.e. same price, but local vs. non -
local), unlike in the previous situation (i.e. same price between local vendors).
(***) Denotes the situation local preference was not applied, but a tie bid occU red between a local vendor and non -local vendor. Pursuant to Florida Statute §287.087; and, sections 1.10 (B) and
2.17 of the IFB, an award of a tie bid could not be determined, since both vendors contain Drug -Free Workplace Programs. The Purchasing Director has determined to award the tie breaker to the
local vendor• and designate it as the Secondary Vendor and the non -local as the Tertiary Vendor.
ATTACHMENT TO ADDENDUM NO. 1
FOR IFB 263247 Page 6 of 6
FOR IFB 263247
ATTACHMENT TO ADDENDUM NO. 1