Loading...
Contract 2022-093ADocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081 E681 AGREEMENT NO. 2022-093 FOR STAFFING SERVICES THIS AGREEMENT, is made and entered into this 9th day of August 2022, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and RADgov, Inc. whose address is: 6750 N. Andrews Ave, Suite 200, Fort Lauderdale, FL 33309, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFB 22-025 titled Staffing Services; WHEREAS, CONTRACTOR submitted its response dated July 7, 2022 to RFB 22-025; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 22-025 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE 1— SCOPE OF WORK The CONTRACTOR shall provide staffing services as described in CITY's RFB 22-025 and CONTRACTOR's July 7, 2022 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. ARTICLE 2 — THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. ARTICLE 3 — PROVISION OF SERVICES AND COMPLETION OF WORK 3.1. The CONTRACTOR shall only provide to CITY staffing services upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in RFB No.: 22-025 or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall 1 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081 E681 not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. 3.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. 3.3. It is expressly understood and agreed that the passing, approval and/or acceptance of any staffing services herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted staffing services so as to comply with the warranties and specifications hereof. 3.4. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. ARTICLE 4 — TERM AND TERMINATION 4.1. This Agreement is to become effective upon execution by both parties, and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. 4.2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR; b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 4.3. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one (1) year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). 2 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081 E681 ARTICLE 5 — PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION 6.1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 6.3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. ARTICLE 7 — INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: 3 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081 E681 (a) CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider (a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article.; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. 2 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081 E681 ARTICLE 8 — NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: RADgov, Inc. 6750 N. Andrews Ave, Suite 200 Fort Lauderdale, FL 33309 Attn: Clarisey Lee, Contracts Administrator OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE 9 — MISCELLANEOUS 9.1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver — The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability — If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment — Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Agreement — This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 5 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081 E681 9.6. Assigningnt — Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 9.7. Venue — The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law — This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9.9. Public Records — Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. 71 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081 E681 ARTICLE 10 — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 10.1. This Agreement 10.2. Purchase Order / Notice To Proceed 10.3. An applicable Contractor Quote or Statement of Work 10.4. All documents contained in City of Clermont RFB 22-025 and any amendments thereto. 10.5. CONTRACTOR'S July 7, 2022 response to RFB 22-025. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 9th day of August 2022 CITY OF CLERMONT Do cuSigned by" 2BA7692F758C492... Tim Murry, Mayor DS ATTEST: DocuSigned by: - E Add Haws 3AD7F34905B344A... Tracy Ackroyd Howe, City Clerk 7 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081E681 RADgov Inc. By: Ja�j Y V I/ (Signature) Print Name: Clarisey Lee Title: Contracts Administrator Date: August 2, 2022 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081E681 SECTION - C PRICE SCHEDULE IIIIIIIIIII-A. Minimum Hourly Es .. ... .al .lyed=1 Billing AnnAkVxtended cost kL Hourly Rate'll Rate Usage Skilled work in the care and operation of a Rear Loader which is used to collect refuse and trash from residences and businesses. Loads and empties trash, leaves, 1 Maintenance grass, etc. into sanitation truck. Uses $12.16 $ 17.27 2,500/hrs. $ 43,175.00 Worker I pitch forks, shovels and similar hand tools to pick up general refuse and trash from curbside and other areas. Performs daily inspection of vehicle, cleans vehicle and performs preventative maintenance tasks. This position assists with maintaining and monitoring the City's recreational facilities and parks, ensuring a presence, assisting guests, coordinating recreational activities, completing routine office support duties, and working special events. Performs a variety of routine tasks that may include: answer telephone calls, Parks and perform receptionist duties, respond to 2 Recreation emails, handle inquiries, register $12.16 $17.27 2,500/hrs. $ 43,175.00 Attendant program applicants, collect funds, balance cash drawers, box office tasks, serve as a park attendant, set up calendars, tracking data, scheduling for events, design flyers, sell tickets, set-up/remove sports equipment, and provide exceptional customer service. May assist in set up for events such as stacking chairs, moving tables, sweeping, etc. This position is responsible for greeting visitors, distributing information, and other front desk customer services duties. Greets visitors; answers phones; and answers questions. Distributes appropriate 3 Receptionist information, forms, and provide instructions to visitors according to City $12.16 $17.27 2,500/hrs. $ 43,175.00 of Clermont procedures. Performs administrative/clerical functions such as entering and retrieving computer data, sending and receiving correspondence, responding to emails, organizing and filing RFB No: 22-025 Page 14 of 35 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081E681 SECTION - C PRICE SCHEDULE ]pJob MamP-HMouinrlliymy HBRoailutliernlyg Ngael kxcteonsdt-. ... .. AUEnsnsa kkL Rueamd1t=e'l1l documents, updating calendars, sending out weekly schedules and reminders, providing monthly statistics, and customer service. This position provides advanced clerical, secretarial, and administrative support in the area assigned. Performs duties of an administrative support or clerical nature and participates directly in the work of the individual(s) supported within the assigned area. Secures details of specialized information, coordinating office work, 4 Staff Assistant and providing information regarding $14.11 $ 20.04 2,500/hrs. $ 50,100.00 the services and operation of the unit. Keeps appointment calendars and schedules appointments. Receives and screens calls and refers callers to other employees. Takes notes and minutes at conferences, meetings and functions as required. Makes travel, reservation, and reimbursement requests. This position performs general repair and maintenance of assigned City parks and/or grounds. This position works under general supervision according to procedures /processes. In Maintenance some cases, the worker may 5 Worker II - determine how to complete the tasks. $14.11 $ 20.04 2,500/hrs. $ 50,100.00 Grounds Properly uses equipment and tools, follows safety practices (including personal protective equipment when required), and is continuously aware of occupational hazards during the performance of assigned tasks. This position performs work in maintaining and repairing sidewalks, tree trimming, street repairs, concrete Maintenance work and other public services 6 Worker II - projects. Works in the repair and $14.11 $ 20.04 2,500/hrs. $ 50,100.00 Transportation construction of underground utilities, appurtenances and utility projects. This position works under general supervision according to procedures/processes. In some cases, RFB No: 22-025 Page 15 of 35 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081E681 SECTION - C PRICE SCHEDULE Minimum MP-..Cthe Hourly Es ... ..al xtencled cost Hourly Rate'll Rate Usage er may determine how to complete tasks. Depending on assigned area, may assist or perform skilled work in one or more of the following: carpentry; minor electrical; plumbing; HVAC, electronics; painting; masonry; concrete; paving, and welding. This position performs maintenance and repairs of stormwater; system, treatment process, retention ponds, mowing, illicit discharge inspections and other Public Service projects. This position works under general supervision according to procedures/processes. In some cases, the worker may determine how to 7 Maintenance complete tasks. Worker II - $14.11 $ 20.04 2,500/hrs. $ 50,100.00 Stormwater Conducts preventive maintenance, P receives and responds to repair work orders, and completes records and daily written reports regarding work performed, equipment used. Conducts inspection on outfalls, drains and catch basins for illicit discharge; and make reports. Conduct inspections of businesses to ensure compliance with existing illicit discharge regulations. Performs semi -skilled and unskilled work in the maintenance of facilities, grounds, roads and equipment. The position is also responsible for other work as assigned. 8 General Labor Requires the ability of speaking and or $ 14.65 $ 20.80 2,500/hrs. $ 52,000.00 signaling people to convey or exchange information. Reads and writes basic English sentences. This position does not include driving a vehicle. Customer This position is responsible for 9 Service walk-in, email and telephone assisting$14.83 $ 21.06 2,500/hrs. $ 52,650.00 Representative customers with items related to City utility services. Utilizes the accounting RFB No: 22-025 Page 16 of 35 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081E681 SECTION - C PRICE SCHEDULE Minimum MP-..Vsystem Hourly Es ... ..al xtended cost Hourly Rate'll Rate Usage record payment transactions as collected. Assists customers via walk-in, phone, or email. Resolves inquiries and complaints pertaining to utility accounts and bills. Processes cash, check, and credit card payments in the accounting system, scans mailed payments, balances the cash drawer and deposits cash daily. This position involves skilled work maintaining and repairing equipment related to lift station, wastewater, water, and reuse systems and may perform other related functions. Maintains and calibrates meter testing equipment, reads meters, and calculates water usage. Performs routine maintenance of fire hydrants as 10 Utility Worker instructed. Locates and marks underground utilities including water, $15.60 $ 22.15 2,500/hrs. $ 55,375.00 waste, and cable at assigned sites. Read maps, blueprints and use a metal detector. Performs repairs and maintenance on lift station infrastructure including pumps, pipes, and electrical panels. Performs cleaning, repair, and maintenance on laterals, mains and manholes. This position performs technical, manual, and sometimes clerical work in the operation and maintenance of water and/or wastewater treatment facilities and related equipment for the City. Assists in the operation of the treatment facilities and maintenance 11 including taking samples, lab testing, Operator analyzing, and monitoring samples. $16.40 $ 23.29 2,500/hrs. $ 58,225.00 Assists in treating wastewater and sewage for reuse on golf courses, etc. Inspects grease traps at restaurants within City limits to assure ordinance compliance. Performs manual labor such as mowing and operating small equipment. RFB No: 22-025 Page 17 of 35 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081E681 SECTION - C PRICE SCHEDULE ]p MP-. Hourly Es .. ...Minimum . .-. Cost hi ll Hourly Rate'll Rate Usage This position is responsible for generating monthly bills and delinquent notices to the City's utility customers along with coordinating collections on the delinquent accounts. This position will also generate reports, post electronic payments, import billing files and reading data, and provide customer service support for billing 12 Utility Billing inquiries. $16.40 $ 23.29 2,500/hrs. $ 58,225.00 Specialist S Prepares monthly bills for all City water, sewer, stormwater, and garbage customers. Creates final bills for customers who are ending service. Processes refund batches for any credits or deposits left on final accounts. Research and reports billing errors and make corrections where needed. This position performs a variety of accounting support work involving the maintenance of financial records and reports. Works under direct supervision. Prepares daily and monthly general ledger entries. 13 Accounting Reviews and posts cash receipts $16.40 $ 23.29 2,500/hrs. $ 58,225.00 Specialist I including reconciliation and posting to the general ledger. Receives and processes accounts payable invoices and purchasing card receipts /invoices. Reconciles entries and accounts as assigned. Performs responsible and complex administrative, secretarial, and clerical work in support of effective and efficient program and office operations. Responsible for providing professional and courteous service to external and internal customers at all Administrative times, clerical functions for the $16.40 $ 23.29 2,500/hrs. $ 58,225.00 14 Assistant assigned area, and administrative assistance to management. Assists in coordinating and attends staff, committee, and other meetings; prepares and distributes meeting minutes; and maintains related records as necessary. Establishes and RFB No: 22-025 Page 18 of 35 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081E681 SECTION - C PRICE SCHEDULE Minimum Hourly Est' Extended .. Title Job.Employee L Billing Annual Cost di i2h Hour Rate Usage maintains efficient and effective paper and electronic filing system. Answers the telephone, provides accurate information to callers, forwards calls to appropriate personnel, takes messages as needed, and may use two-way radio to communicate with field personnel. Perform operation of machinery and equipment including but not limited to small loader, small skid steerer, forklift and assist with maintaining equipment. Equipment Operatorwith Speaks English, ability to add, Class A, B, or subtract, multiply, divide, compute 15 C License (as ratios, rates and percentages. $20.73 $ 29.44 2,500/hrs. $ 73,600.00 applicable) Requires a current valid Florida Commercial Driver License (CDL) Class A, B, or C, with approved seven (7) year DL history and any certifications or licenses required for use of equipment. This is a responsible, professional accounting position where employee is expected to exercise initiative and proper judgment in developing and implementing work assignments. Preparation of daily and monthly general ledger entries. Performs 16 Accountant month -end and year-end general $23.41 $ 33.24 2,500/hrs. $ 83,100.00 ledger closing procedures. Preparation of year-end W-2 and 1099 forms. Fixed asset accounting and coordination of annual inventories. Oversight and maintenance of payroll position control, payroll cost allocation tables, and reconciliation of general ledger to final reports. Position Not Duties and qualifications are supplied Varies N/A N/A Based on Listed with request. Markup TOTAL• $ 879,550.0 RFB No: 22-025 Page 19 of 35 DocuSign Envelope ID: F7E87BF5-E8A6-4C5C-842C-15C45081E681 SECTION — C PRICE SCHEDULE By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation, and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available, at a minimum, the items set forth in this solicitation. Company Name (print): RADgov, Inc. Street Address: 6750 N. Andrews Ave, Suite 200, Fort Lauderdale, Florida 33309 Mailing Address (if different) Telephone: 954 938 2800 Fax: 954 938 2004 Email: parcher@radgov.com Payment Terms: 0.01 Rio 30 days, net FEIN: 20 2752989 Professional. License No.: Signature: Date: 07/06/2022 Print Name: rangy Mishr Title: Capture Manager Does the respondent accept payment using the City's MASTERCARD? El Yes FVINo I END OF SECTION — C RFB No: 22-025 Page 20 of 35 SECTION — B STATEMENT OF WORK It is the intent of the City of Clermont to secure staffing services to provide various temporary and direct hire positions for City Departments as needed. Normal working hours for City of Clermont are 8:00 A.M. to 5:00 P.M., Monday through Friday. However, working hours may vary depending on need. Successful respondent must provide qualified individuals to fill the staffing needs of various City departments within a variety of job titles/positions. Ensure that individuals provided meet the qualifications for the job titles/position utilized by the City. Provide access to a wide range of temporary employee skills including bilingual skills and computer skills such as standard word processing and spreadsheet software. Allow City departments to request a specific individual, when available, to fill a temporary need. Successful respondent must insure that all qualified employees filling the requirements of this solicitation report to their assigned workplace dressed in appropriate attire for the position being filled. The City Department will define what the proper attire is for the position being requested. 1 — ORDERING OF SERVICE Labor will be requested by each department in writing. Staffing agency will propose the name(s) and resume(s), as needed, of candidates for selection and approval. For job categories no identified in this bid, the staffing agency will submit a written quote for department approval. 1 — STAFFING REQUIREMENTS All labor provided must meet or exceed each of the following requirements: a. Ability to project a professional image and deal effectively with the public, as most supplemental staff will have a high public exposure. b. Punctuality and attendance. c. Ability to follow instructions/directions and the ability to work independently after receiving instructions/directions. Physically and mentally able to perform the essential functions of the position. d. Possess safety equipment required to perform the job requested including but not limited to work/rubber gloves, safety shoes/boots, hats, safety glasses and safety vest. Safety equipment must meet or exceed the quality of the equipment that is currently used by the City. e. Dress Code: The requesting Department will advise the staffing agency of the appropriate work attire for the job. All supplemental agency staff must dress in a RFB No: 22-025 Page 10 of 35 SECTION — B STATEMENT OF WORK manner which is appropriate to the type of work being performed and have a neat and orderly appearance. f. Possess appropriate driver's license as required for heavy equipment operation and/or truck driving. g. All laborers must be United States Citizens or the staffing agency must provide documentation to the City evidencing that the person has legal permission to work in the United States. h. All laborers are required to speak, read, and write English. All laborers are required to report any accidents or incidents immediately to their Supervisor and follow up with the appropriate paperwork and/or instructions provided by the Supervisor. 1 — INTERVIEW OF CANDIDATES Each Department will decide to interview candidates and may be conducted by phone or at a City location. Transportation to and from the interview is the sole responsibility of and cost of the staffing agency. 1 — PERMANENT EMPLOYMENT OPPORTUNITY In the event any of the staffing agency employees are offered a permanent position, there will be no charges or stipulations to the City (i.e., buy-outs or penalties). 1 — CANCELLATIONS The Department may cancel services, with at least two (2) hours before the scheduled time to start work, resulting in no charge to the Department. If the Department is unable to give a two (2) hour notice, the staffing agency will be paid for two (2) hours of work time for each affected person. 1 — REMOVAL OF STAFF The staffing agency must remove staff the Department deems careless, incompetent, insubordinate, reasonably objectionable, or whose continues placement is deemed to be contrary to the interest of the City. The staffing agency must provide a replacement within twenty-four (24) hours for any individual who is unable to perform their duties to the satisfaction of the City. The requirements for the replacement staff will be the same as the original replacements. RFB No: 22-025 Page 11 of 35 SECTION — B STATEMENT OF WORK 1 — STAFFING AGENCY REQUIREMENTS The staffing agency will provide, at no additional cost to the City, the following for each proposed staff: a. A local and out of state criminal background check for each candidate must be completed by the staffing agency. Each background check must follow the Background Investigation Procedures established by the Florida Department of Law Enforcement, Division of Criminal Justice Standards and Training. If there is anything found on the background check, the staffing agency must provide a copy of the background check to the Human Resources Department for review and approval. The background check must be approved in writing before the individual starts work. b. A drug and alcohol screening per the Department of Transportation (DOT) standards must be completed on every candidate. A positive test is not acceptable. c. A copy of the candidate driver's license for all equipment operators and truck drivers must be provided to the staffing agency where they will do a seven (7) year driving record review. d. A designated staffing agency Contract Manager must be provided to work directly with the City and its Departments for job requirements of supplemental staff, complaints, concerns, and issues that may arise. 1 — OVERTIME BILLING Work performed for more than forty (40) hours per week must be approved by the Department Director in advance and verified on the staffing agency's time sheet. Approved overtime will be paid at a rate of 1.5 times the hourly contracted rate. The staffing agency must pay overtime at the same rate of 1.5 times to the employee. 1 — HOLIDAY BILLING Holiday billing rate of 1.5 times will be paid if the employee work on a holiday observed by the City as authorized from the Department Director. The staffing agency must pay holiday pay at the same rate of 1.5 times to the employee. City observed holidays include: New Year's Day Dr. Martin Luther King Jr. Day Memorial Day Independence Day Veteran's Day RFB No: 22-025 Page 12 of 35 Thanksgiving Day Day After Thanksgiving Christmas Eve Christmas Day SECTION — B STATEMENT OF WORK END OF SECTION — B RFB No: 22-025 Page 13 of 35