State of Florida Department of Transportation



Similar documents
REQUEST FOR PROPOSAL

HAMILTON COUNTY SCHOOL DISTRICT

INDEPENDENT CONTRACTOR AGREEMENT

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT TO PROVIDE PHYSICAL/OCCUPATIONAL/SPEECH THERAPY SERVICES THE SCHOOL BOARD OF SARASOTA COUNTY AND COMMUNITY REHAB ASSOCIATES, INC.

By accepting this work engagement, consultant certifies that they are not currently working for any state or federal government agency.

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

CHAPTER 1 0 INSURANCES

DRAFT VEHICLE MAINTENANCE AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND OUTREACH

SAMPLE VENDOR AGREEMENT VENDOR # Sample Vendor, Vendor Title Sample Vendor Company. Evelyn V. Martinez, Executive Director

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J Phone: (908) Fax:

Split System Air Conditioning System Replacement at Area 3 Maintenance Facility

EXHIBIT A (of Request for Proposal)

Services Agreement Instruction Sheet

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

REQUEST FOR PROPOSALS SPEC. # 4995

CITY OF SPRINGFIELD, MISSOURI DIVISION OF PURCHASES INVITATION FOR BID # ADDENDUM #1

INDEPENDENT HEALTHCARE PROVIDER SERVICES AGREEMENT

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

Hillsborough County Aviation Authority Standard Procedure S Contractual Insurance Terms and Conditions

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

CONTRACT AND PERM TERMS OF BUSINESS THE SUPPLY OF LIMITED COMPANY CONTRACTORS AND TEMPORARY STAFF SERVICES

REQUEST FOR PROPOSALS. On-Call HVAC Contractor Services GFN 1661

STETSON UNIVERSITY INDEPENDENT CONTRACTOR- ALCOHOL/BARTENDING SERVICES AGREEMENT. THIS AGREEMENT made and entered into this _ day of, by and between

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

CONSULTANT AGREEMENT

AGREEMENT TO PROVIDE PHYSICAL/OCCUPATIONAL/SPEECH THERAPY SERVICES THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA AND INVO HEALTHCARE ASSOCIATES, INC.

Agreement for Professional Emergency Services. professional emergency and related services provided at (hospital name) Hospital be

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

TOWN OF STRATFORD PURCHASING DEPARTMENT STRATFORD, CONNECTICUT REQUEST FOR PROPOSAL. Subject: Payroll Processing Services for Stratford Library

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

The School Board of Miami-Dade County, Florida Department of Contractor Prequalification Frequently Asked Questions and Answers

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

City of Powell Request for Proposals for a Total Compensation Survey

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

WCIRB California Test Audit Program Effective January 1, 2012 Revised August 2015

INDUSTRIAL CARPET CLEANING SERVICES CONTRACT. THIS AGREEMENT executed on this the day of, 20 by and between. (hereinafter "Employer"), and

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Legislative Council, State of Michigan Courtesy of

LOCUM TENENS SERVICES

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

RESIDENTIAL PROPERTY MANAGEMENT AGREEMENT

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

Attachment A Terms and Conditions

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

BROKER AND CARRIER AGREEMENT

HANDBOOK for INDIVIDUAL SERVICE PROVIDERS

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

[REQUEST FOR RACKS, FIREWALL SERVICE AND COMPONENTS, PROPOSAL] October 5, 2015

SNOW REMOVAL CONTRACT

STATE OF MINNESOTA GRANT CONTRACT

Clinical Affiliation Agreement Marquette University Program in Physical Therapy. Address City, State, Zipcode

LONG TERM DISABILITY INSURANCE CERTIFICATE BOOKLET

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

ARTICLE 3 PENSION AND HEALTH PLANS

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

Erlanger Health System Policy and Procedure

EMPLOYMENT AGREEMENT

The New Jersey Worker's Compensation Addendum

INDEPENDENT CONTRACTOR AGREEMENT (Between Broker and Licensee)

CORAL SPRINGS BUILDING DIVISION HOMEOWNER PERMIT INFORMATION

Department: Public Works. Presented By: Michael J. Michael, City Engineer

REQUEST FOR PROPOSALS

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

RESIDENTIAL PROPERTY MANAGEMENT AGREEMENT

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

VIEJAS BAND OF KUMEYAAY INDIANS TRIBAL CODE TORT LIABILITY ORDINANCE. Enacted Table of Contents

AGREEMENT FOR SERVICES BETWEEN [INSTITUTION] AND [CONTRACTOR] THIS AGREEMENT is made by and between [INSTITUTION] ( Institution ), and ( Contractor ).


Retaining Wall Replacement at the Currituck County Veterans Memorial Park

EMPLOYER AGREEMENT. Pace Vanpool Incentive Program - (VIP) SHUTTLE SERVICE

AMENDED ADMINISTRATIVE ORDER GOVERNING A COLLECTIONS COURT PROGRAM IN ORANGE COUNTY

PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT

Federal Work-Study (FWS) Handbook. Office of Financial Aid

INDEPENDENT CONTRACTORS AGREEMENT

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A

AGREEMENT FOR PROVISION OF FOSTER CARE SERVICES

Sample Contract. Contract No. PROFESSIONAL SERVICES AGREEMENT

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TABLE OF CONTENTS... ORGANIZATION INFORMATION...

REQUEST FOR PROPOSALS

Transcription:

State of Florida Department of Transportation EXHIBIT A, TO PROVIDE STAFFING SERVICES AS DESCRIBED BY THE STATE OF FLORIDA OCCUPATIONAL GROUPS, PURCHASING AGENTS (13-1023) AND LOGISTICIANS (13-1081), FOR THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) IN MIAMI-DADE COUNTY, ON AN AS-NEEDED BASIS. PROJECT/PROPOSAL NUMBER: FINANCIAL PROJECT NUMBER(S): 252058-1-A1-02

1. OBJECTIVE: 1.1.1. The purpose of this CONTRACT/AGREEMENT is to retain a qualified firm to provide temporary employment staffing as described by the State of Florida Occupational Groups, Purchasing Agents (13-1023) and Logisticians (13-1081), on an as-needed basis for the Florida Department of Transportation (FDOT), District Six. 1.1.2. These services shall be furnished upon request by the Department s Project Manager (or his/her designee). 1.1.3. The intent of this Invitation to Bid is to award a two (2) year District Six, Department of Transportation contract with a renewal option. 2. SERVICES TO BE PROVIDED: 2.1.1. Services under this CONTRACT/AGREEMENT shall be to provide qualified staff for any office(s), on an as-needed basis, within District Six in the specified State of Florida Occupational Groups, Purchasing Agents (13-1023) and Logisticians (13-1081). 2.1.2. The services are to be performed using Microsoft Office Suite and Adobe Professional and specialized computer software provided by the Department. Documents will be copied and distributed using standard office equipment provided by the Department. Other handheld and standard office equipment shall be provided by the Department as needed. 2.1.3. Services will be performed Monday through Friday, eight hours per day with a one hour unpaid lunch or as authorized in writing by the Project Manager or his/her designee. 2.1.4. Services shall be provided at the Florida Department of Transportation, District Six Offices, in Miami-Dade County. 2.1.5. All Vendors must have the following qualifications and submit a notarized letter with an authorized signature attesting to such. The letter must include the following certifications: A 1

2.1.5.1.1. A statement to certify the Vendor has been providing Temporary Employment Staffing for a minimum of one (1) year; 2.1.5.1.2. A statement to certify the Vendor has a full-service office with staff available for assistance between the hours 8:00 am to 5:00 pm, Monday through Friday (minimum) with the ability to handle inquiries/orders during those business hours (including lunch hour); 2.1.5.1.3. A statement to certify the Vendor has placed a minimum of 50 temporary employees in the last six (6) months; 2.1.5.1.4. A statement to certify the Vendor can serve the District Six Offices within Miami-Dade County; 2.1.6. The vendor is not required to furnish equipment, materials or supplies. 2.1.7. The vendor shall be evaluated in accordance with the conditions defined within this contract. This shall include the quality of staff provided for given assignments. 2.1.8. Each position identified has a corresponding broadband code as specified in the Price Sheet. The position titles and descriptions are derived from the Broadband Classification System developed and maintained by the Department s Division of Human Resources Management pursuant to Section 110.2035 of the Florida Statutes. Details of the broadband classification system plan are available at: http://oas.state.fl.us/apps/broadband/broadband_www.broadband_menu.bb_menu 3. SERVICES/MATERIALS PROVIDED BY THE DEPARTMENT: 3.1.1. The Department shall provide work space, computer/office equipment, supplies, and access to the workplace upon approval of the provided staff s background. 4. PROGRESS REPORTING/COORDINATION: 4.1.1. The Vendor shall perform all services within the established scheduled time frames as required in this Scope. 4.1.2. In the event the Vendor is unable to perform in accordance with the established scheduled time frames as required in this Scope, the Vendor shall notify the Project Manager, in writing, twenty-four hours in advance. A 2

4.1.3. Service/Scheduling and/or performance delays incurred by the Vendor, as a result of the Department s actions, shall be brought to the attention of the Department s Project Manager or designee for review and final determination. 5. SUBMITTALS/DELIVERABLES: 5.1.1. With respect to every employee provided by Vendor, pursuant to a Letter of Authorization (LOA) under the Contract, and with respect to all other contract performance, Vendor shall: 5.1.1.1. Maintain a pool of employees in order to fill the customer s need within seven (7) business days after receipt of LOA; 5.1.1.2. Be responsible for the administration and maintenance of all employment and payroll records, payroll processing, remittance of payroll and taxes, including the provision of payroll time sheets and checks; 5.1.1.3. Ensure staff timesheets include type of work performed, time spent performing such types of work to the closest quarter hour and in a format acceptable to the Department s Project Manager or designee; 5.1.1.4. Timesheets must be approved by the Project Manager or designee on a weekly basis. 5.1.1.5. Invoices must be submitted monthly with a copy of all approved timesheets included in the billing period. Rejected invoices will be returned to the Vendor, who shall resolve the discrepancies in a timely manner. A corrected invoice must be submitted when there are changes in prices and amounts, or a credit memo may be issued for the difference. 5.1.1.6. Provide paychecks, making deductions required of employers by state, federal and local laws, including deductions for social security and withholding taxes; A 3

5.1.1.7. Make all contributions for unemployment compensation funds as required by federal and state laws and process claims as indicated; 5.1.1.8. Abide by all ordinances and laws pertaining to the Vendor s operation and secure all required licenses and permits; and 5.1.1.9. Accurately describe the position and the benefits, including paid vacation and holiday, for all staff provided. 5.1.1.10. Furthermore, the Vendor shall: Ensure that the employee reports ready to work, at the time and place specified on the LOA, with the customer reserving the right to reject or stop time on any employee who fails to: Perform assigned duties satisfactorily; Dress appropriately for an assignment; Comply with any federal, state or local regulations; Perform without disrupting the activities of the customer to which the temporary employee is assigned; and Perform in an acceptable manner in the judgment of the Customer. Replace, at no expense to the customer, and within two (2) working days, any employee not performing satisfactorily and provide follow-up service to ensure all employees are performing satisfactorily; and Perform all services in accordance with customary, reasonable, and prudent industry standards of care. 6. WORK AUTHORIZATION: 6.1.1. The Department s Project Manager (or his/her designee) shall issue a formal Notice to Proceed authorizing the vendor to begin work on a specific date. Work shall not be undertaken by the vendor unless it has been authorized in writing by the Department s Project Manager (or his/her designee). A 4

6.1.2. Subsequent to the official Notice to Proceed the Department s Project Manager (or his/her designee) shall request services on an as-needed basis by written Letter of Authorization. All work shall be completed within the time frame set forth in the written authorization. 6.1.3. Services to be provided by the vendor under this contract/agreement shall be initiated and completed as directed by the Department s Project Manager (or his/her designee). 6.1.4. If a Letter of Authorization is issued, it shall specify the following: 6.1.4.1. The classification of personnel required. 6.1.4.2. The date that the vendor s employee shall begin work. 6.1.4.3. The hourly rate reflected on the Exhibit C, Price Proposal for the required personnel. 6.1.4.4. Whether or not the employee shall be entitled to work overtime. 6.1.5. The vendor may commence services only upon the receipt of the Letter of Authorization as issued by the Project Manager (or his/her designee). Services shall be provided for a period of twenty-four (24) months from the date of this contract/agreement, or services are terminated, whichever occurs first. 7. INSURANCE REQUIREMENTS: 7.1.1. The Vendor shall carry and keep in force during the term of this Contract, a general liability insurance policy or policies with a company or companies authorized to do business in Florida, affording public liability insurance with a combined bodily injury limits of at least $300,000.00 per person and $100,000.00 per occurrence, and property damage insurance of at least $300,000.00 per occurrence, for the services to be rendered in accordance with this Contract. 7.1.2. The vendor shall also carry and keep in force Workers Compensation Insurance as required for the State of Florida under the Workers Compensation Law. 8. SANCTIONS/PENALTIES/FINES: 8.1.1. All personnel assigned to a designated location shall adhere to all of the Department s Rules and Regulations. Failure to comply with the Department s Rules and Regulations shall result in the immediate suspension of work; it will be the Vendor s responsibility to provide replacement personnel. 8.1.2. If the vendor repeats any violation of this contract/agreement more than two (2) times A 5

the department shall construe that the vendor is in non-compliance and shall result in the immediate suspension of work, vendor placement in non-compliance status and/or contract/agreement termination. 8.1.3. If the Department s Project Manager (or his/her designee) determines that the performance of the Vendor is not satisfactory, the Department may terminate this contract/agreement as described in Section 6, of the State of Florida Department of Transportation Contractual Services Standard Agreement. Any necessary default action will be processed in accordance with the Department of Management Services Rule 60A- 1.006(3). A 6