Loading...
Agenda 06/12/2018 Item #16E 206/12/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) 18-7304 for Temporary Clerical Services to Premier Staffing Source, Inc.; Balanced Professional Staffing, Inc.; and Sunshine Enterprises, Inc. as primary, secondary and tertiary vendors. OBJECTIVE: To provide the ability for divisions to utilize temporary clerical services contracted from external vendors to support County operations, programs and initiatives. CONSIDERATIONS: Services of contract employment agencies are routinely used in the successful operation of the County to provide for temporary clerical, secretarial and miscellaneous office positions, on an as-needed basis. These contracted resources supplement permanent staffing when individual County divisions experience staffing shortages due to attrition or leaves of absence and allow efficient, continued operation of services to the residents and visitors of Collier County. Procurement Services and Human Resources staff developed the scope of services for temporary clerical work, including transcription services. On March 9, 2018 the Procurement Services Division released notices of Invitation to Bid No. 18-7304 to 2,670 vendors for Temporary Clerical Services. Seventy-three (73) bid packages were downloaded, and nine (9) bids were received by the April 9, 2018 deadline. Upon review of the bids submitted, staff determined that Pack Plus Inc., Alpha 1 Staffing Search Firm LLC., Qultek Consultants Inc., Mancan Inc., and Diskriter Inc. were non-responsive because they failed to submit references and other required documents. The bids received are as follows: Company Name City State Bid Amount Responsive/Responsible Pack Plus Inc North Miami Beach FL $179.84 NO/YES Premier Staffing Source Inc. Lanham MD $202.07 YES/YES Alpha 1 Staffing Search Firm LLC Miramar FL $202.15 NO/YES Balance Professional Inc. Hollywood FL $216.32 YES/YES Qultek Consultants Inc. Weston FL $216.50 NO/YES Mancan Inc. Massilon OH $220.50 NO/YES Sunshine Enterprises USA LLC. Winter Springs FL $222.55 YES/YES Diskriter Inc. Pittsburgh PA $228.38 NO/YES Blue Arbor New Bern NC $234.83 YES/YES The bid amounts above reflect the combined total hourly rate for all eleven temporary clerical positions identified. Award is being recommended to Premier Staffing Source Inc. as Primary, Balance Professional Inc. as Secondary, and Sunshine Enterprises USA LLC as Tertiary, as the lowest, responsible and responsive bidders. A correction was made on the Bid Tabulation for line item 12, the correct line item number is 11. A strikethrough has been put in place to reflect this minor irregularity. Correction of this error did not affect the outcome of the bidders. Approval of this item will include acceptance of the correction of this minor irregularity. If a County operating division has a need for temporary services under one of the associated position titles from the solicitation, it will be required to contact the vendors in the order listed. If the primary vendor is non-responsive to the request in a period of two (2) business days, or if the qualifications are not commensurate with County needs, staff will go to the secondary vendor. The secondary vendor will have two (2) business days to respond. If unsuccessful with the primary or secondary vendors within the ti me periods provided, the tertiary vendor will be contacted. 16.E.2 Packet Pg. 1520 06/12/2018 There is no formal contract associated with this Executive Summary, as County purchase orders will be the contracting mechanism by operating divisions. FISCAL IMPACT: Individual divisions are responsible to appropriately budget funds to cover the costs of temporary clerical services. Multiple purchase orders are issued each year across the County for these contracted services. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Invitation to Bid (ITB) 18-7304 to Premier Staffing Source, Inc.; Balanced Professional Staffing, Inc.; and Sunshine Enterprises, Inc. as primary, secondary and tertiary vendors to provide Temporary Clerical Services to County Divisions. Prepared by: Amy Lyberg, Division Director, Human Resources ATTACHMENT(S) 1. 18-7304 Bid Tabulation Final (PDF) 2. 18-7304 NORA (PDF) 3. 18-7304 Solicitation (PDF) 4. 18-7304 Premier Staffing Source Proposal. (PDF) 5. 18-7304 Balance Professional Proposal (PDF) 6. [Linked] 18-7304 Sunshine Enterprise Proposal (PDF) 16.E.2 Packet Pg. 1521 06/12/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.2 Doc ID: 5724 Item Summary: Recommendation to award Invitation to Bid (ITB) 18-7304 for Temporary Clerical Services to Premier Staffing Source, Inc.; Balanced Professional Staffing, Inc.; and Sunshine Enterprises, Inc. as primary, secondary and tertiary vendors. Meeting Date: 06/12/2018 Prepared by: Title: Division Director - Human Resources – Human Resources Name: Amy Lyberg 05/20/2018 9:56 PM Submitted by: Title: Division Director - Human Resources – Human Resources Name: Amy Lyberg 05/20/2018 9:56 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 05/21/2018 8:56 AM Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 05/21/2018 9:51 AM Procurement Services Viviana Giarimoustas Additional Reviewer Completed 05/21/2018 11:40 AM Procurement Services Ted Coyman Additional Reviewer Completed 05/21/2018 1:43 PM Procurement Services Swainson Hall Additional Reviewer Completed 05/23/2018 11:15 AM Procurement Services Sandra Herrera Additional Reviewer Completed 05/23/2018 3:11 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 05/24/2018 9:18 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 06/01/2018 1:50 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/01/2018 2:20 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/01/2018 3:59 PM Office of Management and Budget Laura Wells Additional Reviewer Completed 06/01/2018 4:39 PM Grants Therese Stanley Additional Reviewer Completed 06/04/2018 8:08 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/05/2018 10:06 AM Board of County Commissioners MaryJo Brock Meeting Pending 06/12/2018 9:00 AM 16.E.2 Packet Pg. 1522 Project Manager: Amy LybergProcurement: Viviana GiarimoustasWitness: Kris LopezOpened: April 9,2018  18‐7304 Temporary Clerical ServicesNotifications Sent: 2,670 Downloaded: 73Submissions: 9Line Item Description Pack PlusPremier Staffing SourceAlpha 1 StaffingBalance ProfessionalQultek ConsultantsMancanSunshine Enterprises USADiskriter Blue Arbor1 Filing Clerk11.93$       12.87$     14.00$                     15.12$             18.50$          15.40$       17.90$        19.95$       15.13$        2 Receptionist13.16$       13.04$     15.90$                     16.44$             16.50$          16.80$       19.25$        16.63$       16.48$        3Advanced Receptionist13.72$       13.70$     17.20$                     18.41$             18.50$          18.20$       21.95$        19.31$       18.12$        4 Secretarial/Clerical (advanced)14.87$       18.81$     18.60$                     19.07$             16.50$          19.60$       19.25$        22.61$       20.51$        5Executive Secretary17.17$       22.44$     20.60$                     21.04$             21.50$          22.40$       23.30$        25.94$       25.76$        6 Accounting Technician 18.33$       19.47$     21.90$                    19.73$            19.50$         19.60$      23.30$       23.37$       25.76$       7Customer Service Rep 16.20$       16.34$     15.90$                    15.78$            20.50$         16.80$      17.90$       17.29$       18.12$       8Customer Service Specialist 17.17$       17.16$     16.25$                    17.75$            21.50$         17.50$      17.90$       19.29$       21.18$       9Fiscal Technician 18.33$       19.80$     17.90$                    21.04$            22.50$         21.70$      19.25$       22.76$       22.25$       10 Operations Coordinator 19.48$       18.74$     22.90$                    23.01$            21.50$         18.90$      19.25$       22.61$       25.76$       12 11Transcriptionist 19.48$       29.70$     21.00$                    28.93$            19.50$         33.60$      23.30$       18.62$       25.76$       179.84$     202.07$   202.15$                 216.32$         216.50$       220.50$    222.55$     228.38$    234.83$     5 References1 YES 1 YESNot on Reference Questionare FormYES YES 3 YESInsurance DocumentNO YES YES YES NO YES YES NO YESGrant DocumentsYES YESNO: Missing Acknowledgment of terms&conditionsYES NO  NO‐Missing Debarment & Conflict of InterestYES YES YESRequired FormsYES YESMissing Immigration AffidavitYES YES YES YES YES YESTotal Base BidComplete Line Item #1‐12  11. All line items must be completed to be considered for this solicitation. Prices must be inclusive of all fees including, but not limited to: employees hourly rate, overhead, benefits, insurance, employee travel, etc.  No additional surcharges or fees will be allowed.1 of 116.E.2.aPacket Pg. 1523Attachment: 18-7304 Bid Tabulation Final (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.b Packet Pg. 1524 Attachment: 18-7304 NORA (5724 : Temporary Clerical Services Award 18-7304) COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR TEMPORARY CLERICAL SERVICES SOLICITATION NO.: 18-7304 GRANT FUNDED VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 VivianaGiarimoustas@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.E.2.c Packet Pg. 1525 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) ITB 18-7304 “Temporary Clerical Services” 1 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7304 PROJECT TITLE: TEMPORARY CLERICAL SERVICES POST DATE: March 9, 2018 LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 BID OPENING DAY/DATE/TIME: Monday, April 9, 2018 10:00 AM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Human Resources Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. BACKGROUND Departments and Divisions rely on this contract to complete temporary, short-term assignments by contract employees. Historically, County departments have spent approximately $166,000 on average in the past three (3) years; however, this may not be indicative of future buying patterns. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewals. Prices shall remain firm for the initial year after contract has been awarded. Requests for consideration of a percentage adjustment must be made prior to the contract anniversary date every year thereafter, and submitted in writing to the Division Director – Procurement Services. Pricing adjustments are dependent upon the most recent 12-month Consumer Price Index for all Urban Consumers (CPI-U) for the Miami-Ft. Lauderdale area, budget availability, and program manager approval and cannot exceed 3% annually whichever is less. Any adjustments will be effective as of the beginning of the following fiscal year for Collier County. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below:  Lowest total base bid  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, or other options that 16.E.2.c Packet Pg. 1526 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) ITB 18-7304 “Temporary Clerical Services” 2 represents the best value to the County; however, it is the intent to:  Identify a Primary, Secondary, and Tertiary  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation.  Provide five (5) references from current clients regarding its past performance in the delivery of the services set forth in this bid invitation. In addition to reviewing the information submitted, and contacting the references listed in the bid offer, the County reserves to right to investigate and consider any complaints or other concerns raised pertaining to the past performance or conduct of the bidder(s) or employee(s). DETAILED SCOPE OF WORK Vendors shall provide the following: a. Provide candidates for the following positions on an as-needed basis:  Filing Clerk: Performs routine clerical duties. Receives, sorts, delivers and distributes mail. Faxes correspondences. Emails and sets up meetings for staff. Coordinates scheduling for conference rooms. Sorts and files documents and records.  Receptionist (filing and telephone only): Performs routine clerical duties. Receives, sorts, delivers and distributes mail. Faxes correspondences. Emails and sets up meetings for staff. Coordinates scheduling for conference rooms. Acts as a receptionist assisting the public over the telephone or in person by providing routine information. Answers and routes incoming calls to the appropriate County personnel. Is familiar with Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Advanced Receptionist (with typing and telephone): Performs routine clerical duties. Performs routine clerical duties. Receives, sorts, delivers and distributes mail. Faxes correspondences. Emails and sets up meetings for staff. Coordinates scheduling for conference rooms. Acts as a receptionist assisting the public over the telephone or in person by providing routine information. Answers and routes incoming calls to appropriate County personnel. Types, proofreads and processes a variety of documents including general correspondence, applications, memos and statistical charts from rough drafts. Has an “average-rated” skill in Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Secretarial/Clerical (advanced clerical): Performs routine secretarial and clerical support functions provided to an independent office and/or mid-management level staff member(s). Prepares, types and proofreads a variety of documents including general correspondence, agendas, reports, memoranda and statistical charts from rough draft, recordings or verbal instruction. Answers the telephone and waits on the general public or internal customers. Maintains calendar of activities, meetings and various events. Maintains records and reports regarding statistical and/or financial data. Operates a variety of office equipment including telephone, copier, facsimile machine, computer and television recording devices. Inputs and retrieves data and text. Has “above average – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Executive Secretary: Performs a variety of complex and responsible clerical and secretarial duties for an independent office. Provides personal secretarial assistance and support to a mid-or high-level manager. Participates and assists in office administration including personnel, payroll, purchasing and budget duties. Types a variety of written material from rough draft, recordings or verbal instructions. Makes travel arrangements, maintains appointment schedules and calendars and arranges meetings and conferences. Composes routine correspondence independently. Performs general clerical duties including typing, operating computers, filing and recording information on records. Has “excellent – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Accounting Technician: Performs entry level accounting and administrative work for an assigned accounting function i.e. grants administration or lease management; and performs general accounting and fiscal work for other division accounting functions. Work may involve receiving, preparing and processing financial documents; performing accounts payable and/or receivables work; reconciling accounting transactions; maintaining and balancing accounting ledgers; creating and maintaining accounting databases and automated files; and preparing records, reports and summaries regarding assigned fiscal operations. Has “excellent – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Customer Service Representative: Performs a variety of responsible customer service and clerical work. Provides direct customer assistance and service to the public as an information source. Collects and receipts monies received. Posts 16.E.2.c Packet Pg. 1527 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) ITB 18-7304 “Temporary Clerical Services” 3 payments, prepares bank deposits, and maintains records. Researches and resolves customer complaints, citizen inquiries and requests for information. Responds to hostile customers in a professional manner. Is familiar with Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Customer Service Specialist: Provides clerical support and customer service in an assigned division or program. Prepares a variety of documents such as operational and administrative forms, reports, records and summaries; enters data and retrieves information from division databases; maintains automated and manual files; and assists callers, customers and/or visitors. Prepares and processes administrative documents, program/operational documents, and researches, assembles and compiles information. Provides information regarding division programs; researches and provides information from division databases or records as requested. Maintains and researches information in automated information systems; enters operational, account, and/or program information into databases; retrieves data from databases. Has “above average – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Fiscal Technician: Performs technical accounting and clerical duties for an assigned division, department and/or accounting program. Receives, documents and processes accounting documents; enters, updates and retrieves data in the automated financial systems, prepares accounting documents; and maintains accounting and fiscal records and files. Has “above average – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Operations Coordinator: Performs varied administrative technical and advanced general assistance duties in support of division management staff; compiles information for use in record keeping and report preparation; leads and participates in assigned office and administrative activities and provides professional, effective and efficient public service assistance to the general public. Prepares and processes varied administrative documents such as payroll, budget, purchasing, etc.; prepares a variety of operational documents, forms, reports, records and summaries; enters data and retrieves information from division databases; and maintains automated and manual files. Has “excellent – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word).  Transcriptionist: Provide scribing and transcription services for advisory committee meetings, planning meetings or other formal meetings for County departments. Edits and revises documents and provides final product to meeting leader in the format prescribed. Services performed by Transcriptionist may occur in the evening and weekends. b. Provide prices inclusive of all fees including, but not limited to: employees hourly rate, overhead, benefits, insurance, employee travel, etc. No additional surcharges or fees will be allowed except as noted at the annual rate adjustment period. c. Provide individuals to interview for County positions within three business days from contact with the County’s project manager or designee. The County may ask for as many interviewees from the contractor as it takes to satisfy management. d. Provide the County with a quote for each contract worker assigned that includes a resume, brief description of assignment, the category selected, and the employee hourly rate. e. Ensure that all contract worker provided to the County have fully executed and complete fingerprint background checks and drug screening prior to starting work at the County. f. Comply, both the contractor and contract workers, with all applicable regulations of the County, the State and the Federal government; full cooperation is expected and required. Should the minimum employee pay rate fall below the Federal or State minimum wage, the contractor shall notify the County so that compensation is commensurate with all wage practices. g. Submit invoices on all contract workers, including, but not limited to: • The Division that the worker is assigned and the purchase order number, • The name of the worker and the employee hourly rate. • Signed and approved time sheet/card with number of hours worked by the employee during a date range (i.e. week, month, etc.) • Must receive preapproval from County designee for overtime. h. Overtime: Any hours worked in excess of forty (40) hours per week by the same employee at the request of the County, will be considered overtime and will be paid at one and one half (1.5) times the normal hourly rate submitted on the Bid Schedule. Hours worked on weekends will be treated as straight time unless they are in excess of a forty (40) hour work week. i. Buy Out/Purchase: If the temporary employee is offered and accepts a position with the County, there shall be no requirement of the County to “buy out” or purchase any remaining contractual term between the temporary employee and the temporary agency. 16.E.2.c Packet Pg. 1528 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) ITB 18-7304 “Temporary Clerical Services” 4 j. Travel / Mileage: any expenses incurred (i.e. Transcriptionist travel to meetings) shall only be paid according to State of Florida Statute. k. Contracted clerical services with the County are at will unless otherwise stated in a written agreement signed by the Board of County Commissioners. This means that either the County or the contracted clerical worker can terminate the employment at any time and for any reason, with or without notice. INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $ 1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_________ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 16.E.2.c Packet Pg. 1529 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) ITB 18-7304 “Temporary Clerical Services” 5 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. Thirty (30) Days Cancellation Notice required. ________________________________________________________________________________________ 1/31/18 - GG Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ 16.E.2.c Packet Pg. 1530 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT FEDERAL CONTRACT PROVISIONS   FCP-1 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor’s responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts ( e.g. subcontract or sub-agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. 16.E.2.c Packet Pg. 1531 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT FEDERAL CONTRACT PROVISIONS   FCP-2 FEDERAL CONTRACT PROVISIONS This project activity may be funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator or other Federal Agency Administrator, the Comptroller General of the United States, or any of their authorized representative’s access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the Grantor Agency Administrator or his authorized representatives’ access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Termination: See the County’s Contract Terms and Conditions Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the County must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA 16.E.2.c Packet Pg. 1532 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT FEDERAL CONTRACT PROVISIONS   FCP-3 designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg- program Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4. During the performance of this contract, the contractor agrees as follows: 16.E.2.c Packet Pg. 1533 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT FEDERAL CONTRACT PROVISIONS   FCP-4 I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. III. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 16.E.2.c Packet Pg. 1534 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT FEDERAL CONTRACT PROVISIONS   FCP-5 VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.” Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local 16.E.2.c Packet Pg. 1535 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT FEDERAL CONTRACT PROVISIONS   FCP-6 government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance. Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.” State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, State Agency, or its designee’s access to such records upon request. 16.E.2.c Packet Pg. 1536 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 1 GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Certification regarding Lobbying 3. Conflict of Interest 4. Anticipated DBE, M/WBE or VETERAN Participation Statement 5. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 6. Acknowledgement of Grant Terms and Conditions 16.E.2.c Packet Pg. 1537 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 2 COLLIER COUNTY Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Contractor Covered Transactions (1) The prospective subcontractor of the Sub-recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub-recipient’s subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR NAME ___________________________________________________________________ By: ____________________________________________________________ Signature _________________________________________________________________ Name and Title _________________________________________________________________ Street Address _________________________________________________________________ City, State, Zip _________________________________________________________________ DUNS Number 16.E.2.c Packet Pg. 1538 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 3 COLLIER COUNTY Certification Regarding Lobbying The undersigned ___________________________________ (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No State appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding of any State contract, the making of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose of lobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section 11.062, Florida Statutes, which is incorporated by reference into this solicitation, purchase order or contract. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. The Vendor/Contractor, _______________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date 16.E.2.c Packet Pg. 1539 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 4 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. 16.E.2.c Packet Pg. 1540 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 5 16.E.2.c Packet Pg. 1541 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 6 16.E.2.c Packet Pg. 1542 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 7 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts an y of the work required under this Agreement, a cop y of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws an d regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever n ature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterl y report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ 16.E.2.c Packet Pg. 1543 Attachment: 18-7304 Solicitation (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1544 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) Collier CountyTab SheetTemporary Clerical ServicesDescription Hourly Rate Filing Clerk 12.87$                                    Receptionist 13.04$                                    Advanced Receptionist 13.70$                                    Secretarial/Clerical (advanced) 18.81$                                    Executive Secretary 22.44$                                    Accounting Technician 19.47$                                    Customer Service Rep 16.34$                                    Customer Service Specialist 17.16$                                    Fiscal Technician 19.80$                                    Operations Coordinator 18.74$                                    Transcriptionist 29.70$                                    202.07$                                 otal Base Bid16.E.2.dPacket Pg. 1545Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18- 16.E.2.d Packet Pg. 1546 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1547 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1548 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1549 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1550 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1551 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1552 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1553 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1554 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1555 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1556 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1557 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1558 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1559 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1560 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1561 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1562 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1563 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1564 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.d Packet Pg. 1565 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Detail by Entity Name Foreign Profit Corporation PREMIER STAFFING SOURCE, INC. Filing Information F09000001611 20-0534569 04/21/2009 DE ACTIVE Principal Address 4640 FORBES BOULEVARD, SUITE 200A LANHAM, MD 20706 Mailing Address 4640 FORBES BOULEVARD, SUITE 200A LANHAM, MD 20706 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Officer/Director Detail Name & Address Title CEO COOKS, MYRNA L 4640 FORBES BOULEVARD, SUITE 200A LANHAM, MD 20706 Title VP HARRIS, ELIZABETH 4640 FORBES BOULEVARD, SUITE 200A LANHAM, MD 20706 Title CIO COOKS, SIMONE 4640 FORBES BLVD, SUITE 200 LANHAM, MD 20706 DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 4/10/2018http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.2.d Packet Pg. 1566 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) Annual Reports Report Year Filed Date 2016 03/02/2016 2017 02/10/2017 2018 03/08/2018 Document Images 03/08/2018 -- ANNUAL REPORT View image in PDF format 02/10/2017 -- ANNUAL REPORT View image in PDF format 03/02/2016 -- ANNUAL REPORT View image in PDF format 04/24/2015 -- ANNUAL REPORT View image in PDF format 04/18/2014 -- ANNUAL REPORT View image in PDF format 04/30/2013 -- ANNUAL REPORT View image in PDF format 01/05/2012 -- ANNUAL REPORT View image in PDF format 01/09/2011 -- ANNUAL REPORT View image in PDF format 01/20/2010 -- ANNUAL REPORT View image in PDF format 04/21/2009 -- Foreign Profit View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by Entity Name 4/10/2018http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.2.d Packet Pg. 1567 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) SAM Search Results List of records matching your search for : Search Term : premier* staffing* source* inc* Record Status: Active ENTITY PREMIER STAFFING SOURCE, INC.Status:Active DUNS: 167095772 +4:CAGE Code: 308K2 DoDAAC: Expiration Date: Apr 10, 2019 Has Active Exclusion?: No Debt Subject to Offset?: No Address: 4640 FORBES BLVD STE 200 City: LANHAM State/Province: MARYLAND ZIP Code: 20706-4885 Country: UNITED STATES April 10, 2018 2:56 PM https://www.sam.gov/Page 1 of 1 16.E.2.d Packet Pg. 1568 Attachment: 18-7304 Premier Staffing Source Proposal. (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1569 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) Collier County Tab Sheet Temporary Clerical Services Line Item Description  Hourly Rate  1 Filing Clerk 15.12$                                     2 Receptionist 16.44$                                     3 Advanced Receptionist 18.41$                                     4 Secretarial/Clerical (advanced) 19.07$                                     5 Executive Secretary 21.04$                                     6 Accounting Technician 19.73$                                     7 Customer Service Rep 15.78$                                     8 Customer Service Specialist 17.75$                                     9 Fiscal Technician 21.04$                                     10 Operations Coordinator 23.01$                                     12 Transcriptionist 28.93$                                     216.32$                                 Total Base Bid Complete Line Item #1‐12. All line items must be completed to be considered for this  solicitation. Prices must be inclusive of all fees including, but not limited to: employees  hourly rate, overhead, benefits, insurance, employee travel, etc.  No additional  surcharges or fees will be allowed. 16.E.2.e Packet Pg. 1570 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1571 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1572 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1573 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1574 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1575 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1576 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1577 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1578 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1579 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1580 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1581 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1582 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1583 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1584 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1585 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Balance Staffing (Name of Company Requesting Reference Information) Steve Calderon / Balance Staffing (Name of Individuals Requesting Reference Information) Name: Lee Loewer (Evaluator completing reference questionnaire) Company: City of Marco (Evaluator’s Company completing reference) Email: LLoewer@cityofmarcoisland.com FAX: n/a Telephone: 239.389.3956 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___Scanning Tech / Permit Clerk__ Completion Date: _____________9/30/18________ Project Budget: ______________$31,000__________ Project Number of Days: _______1 year___________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 16.E.2.e Packet Pg. 1586 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Balance Staffing (Name of Company Requesting Reference Information) Steve Calderon / Balance Staffing (Name of Individuals Requesting Reference Information) Name: Jody Jacoby (Evaluator completing reference questionnaire) Company: Goodwill (Evaluator’s Company completing reference) Email: jodyjacoby@goodwillswfl.org FAX: Telephone: 239.791.9251 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 16.E.2.e Packet Pg. 1587 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Balance Staffing (Name of Company Requesting Reference Information) Steve Calderon / Balance Staffing (Name of Individuals Requesting Reference Information) Name: Jose Otero (Evaluator completing reference questionnaire) Company: Hyatt Regency Coconut Point (Evaluator’s Company completing reference) Email: jose.a.otero@hyatt.com FAX: Telephone: 239.444-1234 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 16.E.2.e Packet Pg. 1588 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Balance Staffing (Name of Company Requesting Reference Information) Steve Calderon / Balance Staffing (Name of Individuals Requesting Reference Information) Name: Simone Krauss (Evaluator completing reference questionnaire) Company: MDSE (Evaluator’s Company completing reference) Email: simone.anne@web.de FAX: Telephone: 239.850.3664 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 16.E.2.e Packet Pg. 1589 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Balance Staffing (Name of Company Requesting Reference Information) Steve Calderon / Balance Staffing (Name of Individuals Requesting Reference Information) Name: Yaribel Dones (Evaluator completing reference questionnaire) Company: Air Science (Evaluator’s Company completing reference) Email: yari@airscience.com FAX: 800.306.0677 Telephone: 239.306.0677 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________Project Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 16.E.2.e Packet Pg. 1590 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Balance Staffing (Name of Company Requesting Reference Information) Steve Calderon / Balance Staffing (Name of Individuals Requesting Reference Information) Name:Marie Springsteen (Evaluator completing reference questionnaire) Company:Klocke of America (Evaluator’s Company completing reference) Email: marie.springsteen@klockeamerica.com FAX: 1-239-561-1424 Telephone: 239.561.5800 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsa tisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: Contingent Workforce - Assembly Completion Date: Ongoing Project Budget: TBD Project Number of Days: TBD Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 40 16.E.2.e Packet Pg. 1591 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1592 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1593 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1594 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1595 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1596 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1597 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1598 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1599 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1600 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1601 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1602 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1603 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1604 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1605 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1606 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1607 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1608 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1609 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1610 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1611 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) 16.E.2.e Packet Pg. 1612 Attachment: 18-7304 Balance Professional Proposal (5724 : Temporary Clerical Services Award 18-7304) Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com A Proposal to Provide TEMPORARY CLERICAL SERVICES INVITATION TO BIDS #18-7304 for Collier County, Florida April 7, 2018 Due Date: April 7, 2018 SUBMITTED BY: RANIA HANNA Signature: _________________________________________ PRESIDENT Sunshine Enterprise USA LLC 782 Seneca Meadows Rd. Winter Springs, FL 32708 C: +1 (407) 308-7989 E: Raniah@seu-usa.com Tax ID: 82-2013540 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com COVER LETTER April 7, 2018 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 Ms. Giarimoustas and the Board of Collier County, Florida: On behalf of Sunshine Enterprise USA, we would like to thank the Board of Collier County, Florida, for giving us the opportunity to participate in the subject bid. We fully appreciate the complexity of conducting key executive/managerial support supplemental workforce recruitments for a wide variety of positions including county managers, and directors and managers in: admin, finance, human resources, IT, healthcare, public works, safety (utilities, oil, gas, construction, police and fire, etc.), information systems, construction, utilities, and much more. We believe we are uniquely suited to design and deliver a recruitment and staffing strategies that will work well with your organization’s specific needs and goals. As a retained recruiting firm, we ascribe to ethical standards which focus on: professionalism, integrity, competence, objectivity, accuracy, avoidance of conflicts of interest, confidentiality, loyalty to the client and candidate, equal opportunity, and the public interest. We specialize in assisting public sector organizations as they seek management talent to help lead important public service organizations such as thank the Board of Collier County, Florida. Our client list shares some of our experience in temporary/ staffing/ recruiting leadership for the nation’s cities, counties, utilities, marine, construction, regional authorities, and other organizations. We appreciate the opportunity to submit this proposal, and look forward to discussing our qualifications and approach with you with regard to your present and future needs. In the meantime, if you have any questions or require additional information, please feel free to call me. I am an authorized representative of our firm, and by submission of this proposal am committing to provide the services in accordance with all project requirements. I will also serve as the primary contact person. My direct telephone number and e-mail are listed below, and the mailing address is printed on this cover letter. Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com Contact Information Contact Information for Binding Official / Primary Contact Rania Hanna, President Sunshine Enterprise USA Address: 782 Seneca Meadows Rd. Winter Springs, FL 32708 Cell: 407-633-0188 Email: raniah@seu-usa.com Project Manager and Liaison Officer of this bid 24/7 Sam Faragalla, Executive Vice President Sunshine Enterprise USA Address: 782 Seneca Meadows Rd. Winter Springs, FL 32708 Cell: 407-308-7989 Email: samf@seu-usa.com Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 LETTER OF INTEREST Kind Attention of: Mr. McGlathery: Sunshine Enterprise USA LLC dba Sunshine Enterprise USA is pleased to submit herewith our letter of interest to participate in the INVITATION TO BIDS #18-7304 TEMPORARY CLERICAL SERVICES for Collier County, FL. Since being invited to address this exciting opportunity, our team members have collaborated to produce a preliminary plan that we believe will support Collier County. As you know, we are a team of professionals with a proven track record in this region that has the ability to successfully transform our plan into reality. Our team is comprised of members who have worked together on numerous successful projects. They have been assembled for this project because of the enormous trust and confidence they have in one another. You can be assured that our team will manage your requests carefully, and accountability for results will never be delegated. Our crew size and staff can easily handle these contracted jobs. Sunshine Enterprise USA is committed to making personnel available to all clients to whom we propose our services. We are continually hiring new team members to facilitate our growth. The staffing for this project will be:  Sam Faragalla, Project Manager and Liaison Officer and will work closely with the County Managers to cover all the needs on timely manner.  Rania, Finance and Accounting  Philip Faragalla, IT We therefore look forward to offering our quality staffing service to Collier County, FL. Thank you for giving us the opportunity to participate. Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com FIRM QUALIFICATIONS, EXPERINCE AND WORKLOAD April 7, 2018 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 QUALIFICATIONS AND STAFF GUARANTEE, WARRANTY, INSURANCE AND STANDARD APPLICABLE Sunshine Enterprise USA "Bidder" hereby warrants to provide the services requested herein and herein and have adequate insurance, Workers’ comp., Employer’s Liability, Commercial General Liability Indemnification, bond, organization, facilities, equipment and personnel to ensure prompt and efficient services to Collier County, FL. We will be responsible for any WC claims for our employees and any other claims we become legally liable for, we will not assume any liability for negligence on the County's part or the County's employees. Sunshine Enterprise USA assigns, if we are the successful bidder, Sam Faragalla to be the one person designated to act as primary liaison between the Sunshine Enterprise USA and the County. In addition, an alternate will be designated to act in the temporary absence of that primary liaison. We hereby agree and confirm that we do not have any subcontractor(s) and all services provided is totally of Sunshine Enterprise USA. Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 QUALIFICATIONS AND EXPERIENCE Sunshine Enterprise USA is well known for our strategic process, partnering methodology with our clients, thorough screening and background checking, ability to tailor our temporary/receruitment services, consulting and executive searches to the specific and unique needs of our clients, and to get results. •Although primarily known as a leading staffing firm, Sunshine Enterprise USA also provides other general and specialty management consulting services, including management audits, organizational development, public safety, strategic planning, assessment centers, leadership development training, performance management, executive coaching, diversity training, and human resources management. •We were able to staff The City of Cape Coral with all Day Labor, Clerks and temp staffs. •We were able to staff and recruit average of 690 staffs in FY 2016/2017 for The Middlesex Corporaiton on various construction Heavy Civil Highways, Roadways and Asphalt projects throughout the Central FL since 2014 till present. •We specialize in staffing and recruiting for cities, counties, state, education, healthcare, regional authorities, construction, aspahlt, paving, marine, utilities and nonprofit organizations. Our client list attests to our experience in assisting these organizations large and small to find the talent they need. •Sunshine Enterprise USA consultants have built long-term relationships with our Clients. We have conducted multiple searches for many of these Clients. •Also, we have conducted about 275 successful executive search consulting engagements covering a broad range of positions including many positions in water utility and other public sector agencies. •Florida Department of Transportation (FDOT) approved supplier •Alachua County – Waste Management awarded Primary Contracotr for Recruitment and staffing. ($870K/Year) Service requires adequate amount of employees to sort recyclable materials (Plastics, Aluminum Cans, Steel Cans, Gable Tops, Newspaper, Cardboard, Out Throws, Glass and etc) and perform other duties Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com as needed. •The Middlesex Corporation – Construction, Marine, Asphalt and Utilities. ($350M/Year) (General, Skilled and Semi-Skilled) Laborers, Pipe Layer, CDL A/B Truck Drivers, Heavy Equipment Operators, Paver Operators, Admin staffs, Accountants, Controllers, Engineers, Foremen and Superintendents, etc. •McAllen Independent School District Awarded Primary Contracotor. •School Board of Pinellas County Awarded Primary Contracotor. •Temporary/Day Labor Services for the City of Cape Coral. •Recruitment for Pinellas Suncoast Transit Authority (PSTA). •TBARTA Executive Search for the Executive Director •Day Labor for Orange County, FL •The management and supervision of any and all staff providing services to the County will be provided by Sam Faragalla (Executive Vice President) and Rania Hanna (President), of Sunshine Enterprise USA. TIMEKEEPING SOLUTIONS At Sunshine Enterprise USA, we implement cost-effective solutions to track our employees’ time, control labor costs and increase payroll accuracy. The County will benefit from our Time Program which features timekeeping products that are reliable, user-friendly and accurate. Quality Assurance Sam Faragalla, Vice President, leads the Quality Assurance for Sunshine Enterprise USA. Sam guides the staff in responding to project issues, challenges and responsibilities to provide quality on every project. To assure quality on a project Sam may work on any and or all of the following phases of the project as listed below: ➢ Interviews, hires and conducts orientation sessions for new hires ➢ Assistance Problem Solving for all Challenges on the Project ➢ Timely responses to project issues and complexities ➢ Amenable Solutions to meet the Clients quality requirements and Budget Constraints Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 WORKLOAD This is to indicate and confirms that we have no current or pending bids or projects. Hence Sunshine Enterprise USA has the 100% full capacity, capability and resources to complete this project within the desired time frame. Present and Projected Work Loads Sunshine Enterprise USA is a startup business certified DBE and SBA and the only workload we have so far is bidding on the current opportunities. We are well below our bonding and staffing capacity. The same staff size has handled much higher workloads including in 2017 when our firm was successfully established. The beauty of the Personnel Services project is the ability to pre- assign management personnel and staff which will allow us to hit the ground running at award. These staff assignments will have, if any, no effect on other Sunshine Enterprise USA jobs if we are honored with this award. Our crew size and staff can easily handle these contracted jobs. Sunshine Enterprise USA is committed to making personnel available to all clients to whom we propose our services. We are continually hiring new team members to facilitate our growth. The staffing for this project will be:  Sam Faragalla, Project Manager and Liaison Officer and will work closely with the County Managers to cover all the needs on timely manner.  Rania, Finance and Accounting  Philip Faragalla, IT This project will be the main focus for these team members. Each of these members will be dedicated to this project as their sole work responsibility. The goal is to provide effective management staffing. To accomplish this task, it requires dedication and time. Sunshine Enterprise USA is committed to providing this as a standard on this project. Equipment Availability and Resources Sunshine Enterprise USA "Bidder" hereby warrants to provide the services requested herein and have adequate organization, facilities, equipment, safety PPEs and personnel to ensure prompt and efficient service to the County. Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com Staffing and Recruitment Life Cycle Recruitment & Staffing Strategy 1.Marketing: Brochures, Posters, Flyers, Computer Presentations for Job Fairs. 2.Sources a.Internal ( Referrals program and Posting job openings) b.Community Colleges and Vocational Schools c.Industry Associations and Community Organizations d.Military Installations: Available Veterans 3.Advertisement a.Trade magazines -Professional staff b.Local News Papers -Professional and craft positions c.Large signs at project location -Craft positions d.Billboards e.Help Wanted Posters (Local gas stations, Diners and Community Centers i.e. Career Source, Bridge of America, Goodwill, Movie Theaters, etc.) f.Internet & Networking (Text Messages and Email Alerts) g.Social Networks (LinkedIn, Facebook and Twitter) k.Internet Help Wanted Sites (Indeed, Monster, Career Builder, Road Tech, Craig's List, Construction job.com, and Others) Hiring Process for Hourly Team Members A. Capability to hire on the spot B. Background checks: have option of starting candidates with the understanding that their employment is subject to successful background check. C. Drug test prior to starting Monitoring 1.Time to fill positions 2.Recruitment Cost Ratio (Total Recruitment Cost/Total Number Positions Filled) 3.Quality of new hire/turnover rate for first 6 months. Training 1.Daily Huddle/Tool Box Talk 2.Training classes and online classes 3.Weekly safety meeting 4.Job Hazard Analysis (JHA) 5.Mentorship Program 6.Job Rotations Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com EXPERIENCE AND PAST PERFORMANCE April 7, 2018 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 ORGANIZATION (Qualifications and Consulting Staff) •Current Sunshine Enterprise USA staff are three. A partial listing of staff for assignment to assist the County is included under “Project Team.” Hundred percent (100%) woman- owned Company. •No other firm other than Sunshine Enterprise USA is currently intended to be party to this proposal or fulfillment of the contract when approved. •Organizational Chart: President Executive Vice President Vice President and CFO Operation manager FIRM QUALIFICATIONS AND EXPERIENCE (Qualifications) Sunshine Enterprise USA is well known for our strategic process, partnering methodology with our clients, thorough screening and background checking, ability to tailor our consulting and executive searches to the specific and unique needs of our clients, and to get results. We will work on a search until it is complete regardless of the time and effort required. •We specialize in recruiting leadership for cities, counties, state, education, healthcare, regional authorities, marine, utilities and nonprofit organizations. Our client list attests to our experience in assisting these organizations large and small to find the talent they need. •Working with boards, councils, search committees, executives and human resource offices in such settings, we are accustomed to the complex internal dynamics, networking, and candidate screening and evaluation processes that routinely arise in recruitments of this nature, and to the high level of constituent, political, and media interest they sometimes engender. •Sunshine Enterprise USA consultants have built long-term relationships with our Clients. We have conducted multiple searches for many of these Clients. •As previously noted, we have conducted about 675 successful placemtn covering a broad Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com range of positions including many positions in public sector agencies:. •The City of Cape Coral •Pinellas Suncoast Transit Authority (PSTA) •Florida Department of Transportation (FDOT) approved supplier •Alachua County – Waste Management awarded vendor for Recruitment and staffing. •The Middlesex Corporation – Construction, Marine, Asphalt and Utilities. •University of Florida preferred vendor for Recruitment, Relocation and Travel services •McAllen Independent School District awarded vendor. •School Board of Pinellas County awarded vendor •Day Labor for Orange County •We work collaboratively with the client to generate solutions that are creative yet practical, to meet the organization “where it is” while also moving it to the next level. •Sunshine Enterprise USA offers a comprehensive range of products and services. Our systematic approach to human resource management ensures that the solutions, strategies, and methodologies we implement improve your organization. CONSULTING SERVICES ORGANIZATIONAL STRATEGY TESTING, RECRUITMENT & SELECTION •Workforce & Succession Planning •Job Analysis •Organizational Assessment, Redesign and Re-Engineering •Develop/Deliver Assessment Center Services •Performance Management •Executive Search •Employee Engagement •Test Development* •Change Management •Test Administration* •Complaint Investigations & HR Outsourcing *(for employment and licensing certification) CLASSIFICATION AND COMPENSATION TRAINING AND DEVELOPMENT •Classification •Training •Compensation •Coaching •Accelerated Leader 360° Assessment™ •Leadership Development Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 EXPERIENCE AND PAST PERFORMANCE PROJECT TEAM QUALIFICATIONS AND EXPERIENCE •Our team brings to this project a combination of background and skills vital to the requirements of Collier County. As previously noted, the overall Project Manager will be Sam Faragalla, assisted by Rania Hanna and others who will also lend support as needed and are listed with their Bios below. Sam Faragalla will be the primary on-site manager. His background and experience includes over 17 years of executive search experience on a national and global level. •The recruiters to be assigned to this work have significant personal experience recruiting a range of administrative roles for a broad range of clients. We assure that the individuals listed represent our current team assigned to search for The County and that any additional future staff assigned will be submitted to you for prior approval. We are available to immediately assist with your current needs. •Current Sunshine Enterprise USA staff are four. A partial listing of staff for assignment to assist The County is included under “Project Team.” Hundred percent (100%) woman-owned Company. •The primary Sunshine Enterprise USA contacts for Collier County will be Sam Faragalla, MA, SHRM-SCP, Vice President; Rania Hanna, President; and other staff and research associates as needed. •All of the above-mentioned staff may be involved in some phases and tasks of the search as previously outlined. On-sight representation will, however, primarily be the responsibility of Sam Faragalla and Rania Hanna. Research Staff will be responsible for advertising. •We will spend whatever time is necessary to complete all tasks and objectives in the search plan. The main project Manager (Sam Faragalla) will be available by office and cell phone on a seven day per week, 24 hours per day basis. Other staff will be available during regular business hours during the day and by cell phone in the evenings if critical issues need to be discussed. Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com SCOPE OF WORK/METHODOLOGY April 7, 2018 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 SCOPE OF WORK/METHODOLOGY We hereby agree, if we are the successful bidder, to continue our agreement under the provided contract conditions and to perform Services necessary to fulfil the agreeme nt and requirements subjected to deliver the first services to the required field location s immediately after the award letter. We hereby agree and confirm, if we are the successful bidder, to provide temporary Clerical Services to Collier County, FL. Services provided shall include, but not be limited to: Sunshine Enterprise USA hereby certifies and confirms, if we are the successful bidder, to provide the following services, including but not limited to: •Assign a dedicated Account/Project Manager (Sam Faragalla) to The County, FL. •Provide services seven (7) days a week, regardless of shift time. •Provide the County with high-quality, cost effective, professional, skilled, unskilled, administrative, and other temporary employees as identified, for a diverse range of job classifications. •Sunshine Enterprise USA will identify each job type listed within the proposal as to hourly wage rate, markup percentage, and category (skilled, unskilled, professional, etc.) •Temporary Personnel shall mean flexible, temporary staff support provided by an agency to meet specific business needs for either short term, long term, or permanent assignments. •Provide the below departments with Temporary Personnel that may include, but are not limited to: •Public Works •Parks and Recreation Department •Human Resources •Finances •Community Development •Utilities Department •Provide temporary workers that are capable of speaking, receiving and understanding instructions in English. All personnel shall be properly documented as required by law. Sunshine Enterprise USA and its workers shall be required to comply with all of the Collier County of Florida, and Federal laws and regulations. Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com •Sunshine Enterprise USA will provide workers at work-sites and during working hours that will be stipulated on a Purchase Order from the ordering departments/divisions. Notice will be provided if any schedule changes occur. •Recruit, screen (to include e-verify), interview and assign its employees to perform the work and duties specified by Collier County, FL. •Utilize the local resources and programs for workers when recruiting qualified clerks when possible. •Pay, withhold, and transmit all Federal and State mandatory payroll taxes; provide unemployment insurance and workers compensation benefits. •Comply with all applicable Federal, State and Local employment laws and regulation; The County will be held harmless from any claims or damages caused by noncompliance within any such laws. •Require assigned employees to sign agreements acknowledging that they are not entitled to holidays, vacations, disability benefits, insurance, pensions, or retirement plans, or any other benefits offered or provided by The County. •Sunshine Enterprise USA pays the employees at least the minimum Federal or State wage, whichever is higher. •All medical costs shall be paid by Sunshine Enterprise USA if the employees decided to be enrolled for our benefits. •Sunshine Enterprise USA maintains an active policy on drugs and alcohol in the work place that supports a drug free environment. SUNSHINE ENTERPRISE USA’S RESPONSIBILITIES A. Sunshine Enterprise USA LLC, if we are the successful bidder, confirm p roviding candidates for the following positions on an as-needed basis: •Filing Clerk: Performs routine clerical duties. Receives, sorts, delivers and distributes mail. Faxes correspondences. Emails and sets up meetings for staff. Coordinates scheduling for conference rooms. Sorts and files documents and records. •Receptionist (filing and telephone only): Performs routine clerical duties. Receives, sorts, delivers and distributes mail. Faxes correspondences. Emails and sets up meetings for staff. Coordinates scheduling for conference rooms. Acts as a receptionist assisting the public over the telephone or in person by providing routine information. Answers and routes incoming calls to the appropriate County personnel. Is familiar with Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Advanced Receptionist (with typing and telephone): Performs routine clerical duties. Performs routine clerical duties. Receives, sorts, delivers and distributes mail. Faxes correspondences. Emails and sets up meetings for staff. Coordinates scheduling for conference rooms. Acts as a receptionist assisting the public over the telephone or in person by providing routine information. Answers and routes incoming calls to appropriate County personnel. Types, proofreads and processes a variety of documents including general correspondence, applications, memos and statistical charts from rough drafts. Has an “average-rated” skill in Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Secretarial/Clerical (advanced clerical): Performs routine secretarial and clerical Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadowes Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com support functions provided to an independent office and/or mid-management level staff member(s). Prepares, types and proofreads a variety of documents including general correspondence, agendas, reports, memoranda and statistical charts from rough draft, recordings or verbal instruction. Answers the telephone and waits on the general public or internal customers. Maintains calendar of activities, meetings and various events. Maintains records and reports regarding statistical and/or financial data. Operates a variety of office equipment including telephone, copier, facsimile machine, computer and television recording devices. Inputs and retrieves data and text. Has “above average – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Executive Secretary: Performs a variety of complex and responsible clerical and secretarial duties for an independent office. Provides personal secretarial assistance and support to a mid-or high-level manager. Participates and assists in office administration including personnel, payroll, purchasing and budget duties. Types a variety of written material from rough draft, recordings or verbal instructions. Makes travel arrangements, maintains appointment schedules and calendars and arranges meetings and conferences. Composes routine correspondence independently. Performs general clerical duties including typing, operating computers, filing and recording information on records. Has “excellent – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Accounting Technician: Performs entry level accounting and administrative work for an assigned accounting function i.e. grants administration or lease management; and performs general accounting and fiscal work for other division accounting functions. Work may involve receiving, preparing and processing financial documents; performing accounts payable and/or receivables work; reconciling accounting transactions; maintaining and balancing accounting ledgers; creating and maintaining accounting databases and automated files; and preparing records, reports and summaries regarding assigned fiscal operations. Has “excellent – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Customer Service Representative: Performs a variety of responsible customer service and clerical work. Provides direct customer assistance and service to the public as an information source. Collects and receipts monies received. Posts payments, prepares bank deposits, and maintains records. Researches and resolves customer complaints, citizen inquiries and requests for information. Responds to hostile customers in a professional manner. Is familiar with Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Customer Service Specialist: Provides clerical support and customer service in an assigned division or program. Prepares a variety of documents such as operational and administrative forms, reports, records and summaries; enters data and retrieves information from division databases; maintains automated and manual files; and assists callers, customers and/or visitors. Prepares and processes administrative documents, program/operational documents, and researches, assembles and compiles information. Provides information regarding division programs; researches and provides information from division databases or records as requested. Maintains and researches information in automated information systems; enters operational, account, and/or program information into databases; retrieves data from databases. Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com Has “above average – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Fiscal Technician: Performs technical accounting and clerical duties for an assigned division, department and/or accounting program. Receives, documents and processes accounting documents; enters, updates and retrieves data in the automated financial systems, prepares accounting documents; and maintains accounting and fiscal records and files. Has “above average – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Operations Coordinator: Performs varied administrative technical and advanced general assistance duties in support of division management staff; compiles information for use in record keeping and report preparation; leads and participates in assigned office and administrative activities and provides professional, effective and efficient public service assistance to the general public. Prepares and processes varied administrative documents such as payroll, budget, purchasing, etc.; prepares a variety of operational documents, forms, reports, records and summaries; enters data and retrieves information from division databases; and maintains automated and manual files. Has “excellent – rated” skills in Microsoft Office suite (with emphasis in Excel, Outlook and Word). •Transcriptionist: Provide scribing and transcription services for advisory committee meetings, planning meetings or other formal meetings for County departments. Edits and revises documents and provides final product to meeting leader in the format prescribed. Services performed by Transcriptionist may occur in the evening and weekends. b.Provide prices inclusive of all fees including, but not limited to: employees hourly rate, overhead, benefits, insurance, employee travel, etc. No additional surcharges or fees will be allowed except as noted at the annual rate adjustment period. c.Provide individuals to interview for County positions within three business days from contact with the County’s project manager or designee. The County may ask for as many interviewees from the contractor as it takes to satisfy management. d.Provide the County with a quote for each contract worker assigned that includes a resume, brief description of assignment, the category selected, and the employee hourly rate. e.Ensure that all contract worker provided to the County have fully executed and complete fingerprint background checks and drug screening prior to starting work at the County. f.Comply, both the contractor and contract workers, with all applicable regulations of the County, the State and the Federal government; full cooperation is expected and required. Should the minimum employe e pay rate fall below the Federal or State minimum wage, the contractor shall notify the County so that compensation is commensurate with all wage practices. g.Submit invoices on all contract workers, including, but not limited to: •The Division that the worker is assigned and the purchase order number, Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com •The name of the worker and the employee hourly rate. •Signed and approved time sheet/card with number of hours worked by the employe e during a date range (i.e. week, month, etc.) •Must receive preapproval from County designee for overtime. h.Overtime: Any hours worked in excess of forty (40) hours per week by the same employe e at the request of the County, will be considered overtime and will be paid at one and one half (1.5) times the normal hourly rate submitted on the Bid Schedule. Hours worked on weekends will be treated as straight time unless they are in excess of a forty (40) hour work week. i.Buy Out/Purchase: If the temporary employee is offered and accepts a position with the County, there shall be no requirement of the County to “buy out” or purchase any remaining contractual term between the temporary employee and the temporary agency. a.Travel / Mileage: any expenses incurred (i.e. Transcriptionist travel to meetings) shall only be paid according to State of Florida Statute. b.Contracted clerical services with the County are at will unless otherwise stated in a written agreement signed by the Board of County Commissioners. This means that either the County or the contracted clerical worker can terminate the employment at any time and for any reason, with or without notice. Sunshine Enterprise USA LLC verifies and confirmed that we are in compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 Benefits Overview Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Basic Life and AD&D •Offered through Aetna •Company sponsored benefit •Beneficiary Designation Form Flex Spending Plans •Offered through WageWorks •Healthcare Flexible Spending – limit $2,600 •Dependent Care Spending – limit $5,000 •Active participation necessary during Open Enrollment annually Training & Development •OSHA 10 trainings •EEO training •Realistic Job Preview •First-day Introduction. •Mentor/Buddy Person Program. •14 & 45 days review Medical Insurance •Offered through Aetna •3 Plan designs to choose from •Co-Pay Plan, HRA Plan, HSA Plan Dental Insurance •Offered through Aetna •PPO style plan •Vision Insurance •Offered through EyeMed Vision •Completely separate from medical coverage 401k Plan •Offered through MassMutual •Automatic enrollment at 3% contribution upon 60th day of employment •Employer match after one year of employment •Annual Limits: $18,000 under 50; $24,000 over 50 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com REFERENCES April 7, 2018 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 List of verifiable references 1.Steven Naso City of Cape Coral PW Maintenance Phone: 239-574-0801 Office Fax: 239-574-0771 1750 Everest Parkway, Cape Coral, FL 33904 snaso@capecoral.net 2.Tristan Reiber Accounts Coordinator Public Works Maintenance Department Phone: 239-574-0801 Office Fax: 239-574-0771 1750 Everest Parkway, Cape Coral, FL 33904 treiber@capecoral.net 3.Yolanda Green Business Services Consultant CareerSource Central Florida 1415 South 14th St., Suite 101 - Leesburg, FL 34748 Phone: 352-360-6280 x6007 Fax: 407-708-1415 ygreen@careersourcecf.com 4.Mohamed El-Ayoubi Project Scheduler The Middlesex Corporation Phone: (407)360-4904 elayoubie@gmail.com 5.David Llanton Purchasing Agent I Pinellas Suncoast Transit Authority 3201 Scherer Drive, St. Petersburg, FL 33716 Phone: (727) 540-1861 Fax: (727) 540-0681 Email: DLlanton@PSTA.net Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Collier County (Name of Company Requesting Reference Information) Sunshine Enterprise USA LLC (Name of Individuals Requesting Reference Information) Name:Steven Naso (Evaluator completing reference questionnaire) Company:City of Cape Coral (Evaluator’s Company completing reference) Email: snaso@capecoral.net FAX: 239-574-0771 Telephone: 239-574-0801 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it b lank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ____Day Labor______________ Completion Date: __3 years___________________ Project Budget: ____$650,000_____________________ Project Number of Days: ___3 years ______________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 out of 10 2 Ability to maintain project schedule (complete on-time or early). 10 out of 10 3 Quality of work. 10 out of 10 4 Quality of consultative advice provided on the project. 10 out of 10 5 Professionalism and ability to manage personnel. 10 out of 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 out of 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 out of 10 8 Abiltity to manage risks and unexpected project circumstances. 10 out of 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 out of 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 out of 10 TOTAL SCORE OF ALL ITEMS Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Collier County (Name of Company Requesting Reference Information) Sunshine Enterprise USA LLC (Name of Individuals Requesting Reference Information) Name:Tristan Reiber (Evaluator completing reference questionnaire) Company:City of Cape Coral (Evaluator’s Company completing reference) Email: treiber@capecoral.net FAX: 239-574-0771 Telephone: 239-574-0801 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsa tisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ____Day Labor______________ Completion Date: __3 years___________________ Project Budget: ____$650,000_____________________ Project Number of Days: ___3 years ______________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 out of 10 2 Ability to maintain project schedule (complete on-time or early). 10 out of 10 3 Quality of work. 10 out of 10 4 Quality of consultative advice provided on the project. 10 out of 10 5 Professionalism and ability to manage personnel. 10 out of 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 out of 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 out of 10 8 Abiltity to manage risks and unexpected project circumstances. 10 out of 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 out of 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 out of 10 TOTAL SCORE OF ALL ITEMS Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Collier County (Name of Company Requesting Reference Information) Sunshine Enterprise USA LLC (Name of Individuals Requesting Reference Information) Name:Yolanda Green (Evaluator completing reference questionnaire) Company:CareerSource Central Florida (Evaluator’s Company completing reference) Email: ygreen@careersourcecf.com FAX: 407-708-1415 Telephone: 352-360-6280 x6007 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing tha t you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leav e it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ____Day Labor______________ Completion Date: __3 years___________________ Project Budget: ____$650,000_____________________ Project Number of Days: ___3 years ______________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 out of 10 2 Ability to maintain project schedule (complete on-time or early). 10 out of 10 3 Quality of work. 10 out of 10 4 Quality of consultative advice provided on the project. 10 out of 10 5 Professionalism and ability to manage personnel. 10 out of 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 out of 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 out of 10 8 Abiltity to manage risks and unexpected project circumstances. 10 out of 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 out of 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 out of 10 TOTAL SCORE OF ALL ITEMS Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Collier County (Name of Company Requesting Reference Information) Sunshine Enterprise USA LLC (Name of Individuals Requesting Reference Information) Name:Mohamed El-Ayoubi (Evaluator completing reference questionnaire) Company:The Middlesex Corporation (Evaluator’s Company completing reference) Email: elayoubie@gmail.com FAX: Telephone: (407)360-4904 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it b lank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ____Recruitment and temp staffing_ Completion Date: __5 years___________________ Project Budget: ____$700,000_____________________ Project Number of Days: ___5 years ______________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 out of 10 2 Ability to maintain project schedule (complete on-time or early). 10 out of 10 3 Quality of work. 10 out of 10 4 Quality of consultative advice provided on the project. 10 out of 10 5 Professionalism and ability to manage personnel. 10 out of 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 out of 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 out of 10 8 Abiltity to manage risks and unexpected project circumstances. 10 out of 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 out of 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 out of 10 TOTAL SCORE OF ALL ITEMS Reference Questionnaire Solicitation: 18-7304 Reference Questionnaire for: Collier County (Name of Company Requesting Reference Information) Sunshine Enterprise USA LLC (Name of Individuals Requesting Reference Information) Name:David Llanton (Evaluator completing reference questionnaire) Company:Pinellas Suncoast Transit Authority (Evaluator’s Company completing reference) Email: DLlanton@PSTA.net FAX: (727) 540-0681 Telephone: (727) 540-1861 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: _Recruitment and Excutive Seaech_ Completion Date: __3 years___________________ Project Budget: ____$75,000_____________________ Project Number of Days: ___3 years ______________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 out of 10 2 Ability to maintain project schedule (complete on-time or early). 10 out of 10 3 Quality of work. 10 out of 10 4 Quality of consultative advice provided on the project. 10 out of 10 5 Professionalism and ability to manage personnel. 10 out of 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 out of 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 out of 10 8 Abiltity to manage risks and unexpected project circumstances. 10 out of 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 out of 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 out of 10 TOTAL SCORE OF ALL ITEMS Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com PROJECT APPROACH April 7, 2018 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 BIDDER’S FACILITIES & SUPPLY BASE Sunshine Enterprise USA, have the following facility (ies): Purpose of Facility Location Description of major equipment •Head Office /Administration 782 Seneca Meadows Rd. Winter Springs FL 32708 Technical Supply & Office Sunshine Enterprise USA may offer, if we are the successful bidder, a local office located in the county to be registered for the period of the agreement. We will make sure hiring the proper number of staff based on the COUNTY business requirements. Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com April 7, 2018 Collier County Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 34112 Phone: (239) 252-8375 TEMPORARY CLERICAL SERVICES INVITATION FOR BIDS #18-7304 WORK PLAN/TECHNICAL APPROACH/PROJECT MANAGEMENT Work Plan – (Scope of Services) As the successful contractor, we will provide you with the quality services and expertise our clients have come to expect. We have a strong history of recruiting diversifed workforce as it is the policy of the Company to prohibit discrimination and harassment of any type and to afford equal employment opportunities to all applicants and team members “The Company provides equal opportunity in all of its recruitment practices, including selection, hiring, promotion, transfer, and compensation, to all qualified applicants and team members without regard to race, religion, color, sex, sexual orientation, gender identity, national origin, ancestry, citizenship status, uniform service member status, marital status, domestic partner status, pregnancy, age, medical condition, disability, genetic information or any other protected status in accordance with the requirements of all federal, state and local laws”. Our Search Services Feature: •Designing a customized recruitment strategy to match your history, current issues and future challenges; •A calendar that starts immediately upon authorization to proceed, includes regular progress reports. We can expedite the search if desired, and will work with the Project Manager and Hiring Managers’ meetings schedules as needed; •A recruitment process and approach that includes advertising, but also relies more upon aggressive networking than passive advertising; •A large pool of applicants who meet the minimum qualifications and a targeted, diverse pool of qualified, proven candidates for interview; •Comprehensive reference and background checking; •Ongoing quality review of project deliverables, time and service benchmarks, weekly status reports, candidate reports, and coordination/communication between Sunshine Enterprise USA and The County and Hiring Managers; •Personal guidance and assistance to The County, Board, Selection Committee, Human Resources, Departmental representatives, hiring managers and other staff that facilitates interviews, evaluation of candidates, decision-making, negotiations, and employment agreement assistance with the candidate selected. Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com Task Summary – General Approach: We have a straightforward, structured search process. We adapt it to your requirements, and then ask you to join us as partners in its implementation. We will work closely with The Couty Selection Committee, management, hiring managers and staff to establish agreed upon strategy, tools, critical path items and decision points of note in the search process. Please see “Project Team and Resumes” for our firm’s work team assignments. At each stage, we provide written materials, training, and explanations as needed. Although we follow a clear strategic work plan and closely monitor agreed upon tasks and goals, we also believe that, in the long term, results are most important. The following Tasks and Outcomes address the general approach and services provided: •Scope of Services The scope of services will consist of recruitment/market strategy, recruitment including advertisements, mailings, networking, cold calling and development of a position profile/brochure; candidate contacts/evaluation, screening, including review and the development of a written Progress and Final Report of leading candidates and finalists; performing reference and background checks; regular verbal and written status reports; assisting in the interview process, candidate negotiation, and holding periodic meetings with the Board, the Selection Committee and appropriate designated County’s staff. •Key Meetings We will also meet with The Selection Committee, designated staff, community/public representatives, and other key stakeholders at the beginning of the contract to identify major issues the future hires will face; determine the critical qualifications for the position(s) as identified by you; establish specific timelines; and collect information to develop the search criteria and develop a search profile. We would also anticipate at least two later meetings to discuss/review the written Progress Report (Leading Candidates), and participate in final interviews (Final Report). •Advertising Appropriate advertising will be used. This includes hard-copy publications and electronic media and other organizations and publications specific to the type of position including to the job type as well as Industry web-site, local media, etc. Please note, however, that in our experience, the best candidates often come from networking rather than advertisement. We therefore focus a great deal of time on the networking and personal contacts. Our recruiters use a variety of sourcing methods which include both technology-based resources as well as more traditional sources, such as networking and employee referrals. Local Sourcing Our search begins in the local community where our candidates live and work. - Community Resources. - Veterans Events and Resources - Employee Referrals - Passive Job Seekers - Local newspaper, radio stations and TVs - Billboards Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com - LinkedIn - CFMA - CSMFO - NFBPA - Governmentjobs.com - International Hispanic Network - USAjobs.com - Universities - Community Colleges Niche Sourcing Our focused sourcing allows us to become experts in terminology, nuances and regulations of each industry. - Diversity Resources - Professional Organizations - Targeted Advertising and Job Fairs Internet Sourcing We use state of the art recruiting systems, industry job boards and social networking sites to reach job seekers online. - Industry Job Boards - Advanced Search Techniques By focusing our recruiting efforts on Local, Niche and Internet sourcing, we can ensure that you receive the only best qualified candidates. The Advertising and Recruitment stage includes ad placement, email distribution of the Position Profile, responding to inquiries about the position, and ongoing communication with applicants and prospects. Ad Placement/ Social Media and Marketing of Position The Executive Recruiter and client work together, to determine the best ways to advertise and recruit for the position. Ads are typically placed in various state and national publications, targeting the most effective venues for reaching qualified candidates for that particular posi tion. Ongoing Communication with Applicants and Prospects Sunshine Enterprise USA communicates with all applicants on a frequent and ongoing basis to ensure applicants stay enthusiastic about the opportunity. Outstanding prospects often will not submit a resume until they have done considerable homework on the available position. A significant number of inquiries will be made, and it is essential that the executive search firm be prepared to answer those questions with fast, accurate, and complete information, and in a warm and personal manner. This is one of the first places a prospective candidate will develop an impression about organization, and it is an area in which Sunshine Enterprise USA excels. Sunshine Enterprise USA also utilizes Google Alerts for each client organization and provide updates to our Executive Recruiters and applicants of any references made regarding the client organization in various media outlets. •Initial Candidate Screening We sort candidates based on the criteria established, profile, comments from peers and colleagues, training & education, resume/bio review, communication ability and experience, accomplishments, references, background checks, telephone and personal meetings, review of appropriate writing and work samples, the degree of their expressed interest/commitment to Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com consider the specific position, and many other methodologies. The written Progress Report and Progress Meeting that is provided to you is also key to assuring that we are on track and to narrow the field from leading candidates to finalists for interview, and reduce (with your input) to a list of screened finalists. Success Profile The desired skills, experience and temperament critical to successful performance are all factors of the Success Profile. Phone Screen An initial telephone screen verifies a candidate's overall availability and fit as a contract employee. We address ability to perform the position and establish availability for the duration of the position. If we feel the employee is a good match, we will set up an appointment for a personal interview. •Interview Process In addition to our telephone interview/screening/assessment of candidates, and face-to-face or video conferences with potential finalists, we will assist with the interview process as well as provide negotiation support. In-Depth Personal Interview Every candidate will be personally interviewed in our office to ensure he/she possesses the qualifications, experience and temperament required for the position. The recruiter evaluates the candidate's ability to perform the position, establishes availability for the start date and duration of the assignment, and verifies the candidate's previous salary history and current salary requirements. Follow-Up Interview The candidate is interviewed a second time, either over the phone or in person. The purpose of this interview is to review the position and its requirements and assure again that the candidate is capable and willing to meet job expectations of Sunshine Enterprise USA and Collier County. Assessments (DiSC and I-OPT) It is critical for you to know as much as you can about your new employees, managers, executives before hiring him/her. Historically, employers have depended upon resumes, references, and interviews as sources of information for making hiring decisions. In practice, these sources have often proved inadequate for consistently selecting successful employees. The use of assessments has become essential for employers who want to place the right people in the right positions. Sunshine Enterprise USA uses a DiSC Management assessment tool, which is among the most validated and reliable personal assessment tools available. The DiSC Management Profile analyzes and reports comprehensively on the candidate’s preferences in five vital areas: management style, directing and delegating, motivation, development of others, and working with his/her own manager. The I-OPT Assessment is a tool that measure how a person perceives and processes information. How someone perceives and processes information has a profound impact on what motivates a person, how a person sees an issue, and how that person interacts with others on Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com team projects. Understanding one’s own I-OPT Profile makes it possible to be more self-aware. Understanding another’s I-OPT Profile helps predict how he or she will approach any given situation. •Candidate Screening Together with the designated staff/contacts, we will reduce the pool of candidates to a list of no more than 15 semi-finalists and from there to approximately five or six (5-6) screened candidates for interview. Summary information will be provided on the leading candidates to include – background, achievements & strengths, etc. We also conduct initial reference and social media checks on the top candidates invited for interviews. A complete background and reference check will be conducted on the final candidate. •Reference & Background Screening Applicant information is verified via discussion with the applicant, peers, colleagues, subordinates, bosses, news media, review of reports & documents, writing samples, background screening and references, education & employment verification, telephone, video conference and/or face-to-face meetings/interviews, and other means including occasional psychological testing and assessment centers. DMV, Criminal, Credit and other background checks are also completed. Employment and Reference Verification A minimum of five reference checks will be performed for each candidate before he/she is placed on a contract. The references we obtain are recent, relevant to the position and from a direct supervisor. We verify dates of employment, job description and assess overall ability through contact with each reference and employers. •Selection Process Selection is made using all of the above plus an interview(s) between the candidate(s) and you. We also involve the candidate’s family and significant others in the process as appropriate. During the interview and screening process, we will consult and assist you with screening including rating and other tools. •Quality Control/Assurance All work done as part of any and all search or consulting work for Collier County will be subject to quality assurance, quality monitoring, quality improvement, task review and/or confirmation, and standards review as part of current Sunshine Enterprise USA’s Policy and Operating standards. Overall supervision is provided by the President of the company with support from the Executive Vice President and Vice President/General Counsel as needed. We will establish benchmarks in conjunction with Collier County as required or appropriate. Signature: _________________________________________ Authorized Name: Rania G Hanna Position: President On behalf of: Sunshine Enterprise USA Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com Key Personnel for this Project Rania Hanna President Rania Hanna is an expert in the Recruitment, Payroll, Accounting and Staffing Industry After living abroad for a few years, Rania developed a passion for Staffing and Finance business. She joined a large company in 2002 and had the opportunity to work all over the world with individuals and Corporations. In 2016, she formed Sunshine Enterprise USA with the initial intention of working with just Recruitment, Staffing, and Payroll Services. She started servicing clients in response to the varied work climate that accompanied the construction, utilities, environmental and civil engineering industries. The constant disparities in workloads, varying contract locations, seasonal requirements and periodic need for specialists or professionals with unique skills makes it difficult to maintain proper staffing levels in these sectors. Understanding these recurring niche industry problems, Rania was chartered to serve the staffing needs of industries with strict regulatory guidelines and cyclic/seasonal trends. Rania is results orientated professional, offering over 15 years of progressive responsibility in recruiting. Consistently recognized as strategic and a change agent with the proven ability to design, build and re-organize recruitment teams to meet or exceed corporate talent objectives. Resourceful decision maker who combines integrity, exemplary leadership and proven operational skill to lead complex projects from conception through completion. Motivated by quality and the customer experience, looks for out-of-the-box solutions in delivering best practice results. Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com Sam Faragalla, MA, SHRM-SCP Vice President, Marketing and Business Development Project manager and liaison officer for this bid Sam Faragalla, MA, SHRM-SCP is an expert in the Staffing and Recruitment industry. He is Human Resources Executive with over 15 years of comprehensive human resources experience including staffing, recruitment and retention, conflict resolution, change management, labor relations and benefits administration. Proven experience collaborating with senior management to conduct Human Resources strategic planning in order to support and further corporate goals. Possess broad knowledge of human resources in a variety of sectors including union and non-union environments and Fortune 500 companies with a large number of exempt/non-exempt employees. Demonstrated experience initiating cost containment strategies resulting in significant savings. Excellent ability to address and implement strategic plans for talent acquisition, retention and succession planning. Proven skills in labor and employment law including complaint investigation to thwart legal action. Expertise in Operations Management Compensation/Benefits Design Training & Development Harassment/EEO Compliance Employee Relations Policy Design & Administration He has been involved with his current and previous employers in a variety of projects. These projects include both public and private sector work, as either a prime or subcontractor. Public projects were large bid projects. These projects range from less than $100M to in excess of $600 million, individually. Also, as part of his background, he has worked overseas in Oil & Gas then locally in Heavy Civil Construction industries. Regardless of titles, all the roles he has filled has been "Hands- On" with day-to-day involvement in routine tasks, as well as managing the Business and Projects. He has a strong expertise in: •Executive Recruitment Industries (Utilities, Infrastructure, Environmental, Marine, Construction, Oil & Gas, Manufacturing and Industrial) •Recruitment and retention •Employee relations and mediation •Handbooks, policies and procedures •Total Rewards and Benefits management •Morale and communications •Mentoring and counsel of staff and management •Employment law & Legal compliance issues •Performance management •Diversity and Inclusion •Corporate Social Responsibility Sam maintains SHRM- Senior Certified Professional HR certifications that is along with his Master and Bachelor Degree. Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com PRICE PROPOSAL April 7, 2018 We offer 1 calendar day for order placement Collier County Temporary Clerical Services Line Item Description  Hourly Rate  1 Filing Clerk 17.90$                                      2 Receptionist 19.25$                                      3 Advanced Receptionist 21.95$                                      4 Secretarial/Clerical (advanced) 19.25$                                      5 Executive Secretary 23.30$                                      6 Accounting Technician 23.30$                                      7 Customer Service Rep 17.90$                                      8 Customer Service Specialist 17.90$                                      9 Fiscal Technician 19.25$                                      10 Operations Coordinator 19.25$                                      12 Transcriptionist 23.30$                                      222.55$                                  Total Base Bid Complete Line Item #1‐12. All line items must be completed to be considered for this  solicitation. Prices must be inclusive of all fees including, but not limited to: employees  hourly rate, overhead, benefits, insurance, employee travel, etc.  No additional  surcharges or fees will be allowed. Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com ADDENDA April 7, 2018 4/4/2018 Collier County, #18-7304 - Temporary Clerical Services https://www.bidsync.com/bidsync-app-web/vendor/links/BidDetail.xhtml?bidid=2024042&roundId=null&tab=tab_bidDetailsDocuments 1/1 Q & A deadline: Apr 02, 2018 5:00:00 PM EDT Solicitation #18-7304 - Temporary Clerical Services ITB Print 12 Questions 0 Unanswered Questions Results Per Page: Results Per Page: 55 1. 18-7304 - Temporary Clerical Services1. 18-7304 - Temporary Clerical Services As we are a woman owned business, are we still obligated to subcontract to a minority or veteran owned business? - Mar 15, 2018 1:49:12 PM EDT Answer - Mar 21, 2018 4:11:02 PM EDT No the subcontractor can be any vendor of your choosing. 2. 18-7304 - Temporary Clerical Services2. 18-7304 - Temporary Clerical Services Do you require a 5 or 10 panel drug screen? - Mar 15, 2018 1:51:23 PM EDT Answer - Mar 22, 2018 10:41:00 AM EDT 5 panel screening. 3. 18-7304 - Temporary Clerical Services3. 18-7304 - Temporary Clerical Services On page 3, letter "e" it states that all contract workers will have finger print checks performed. On page 29, section 29 there is a list of multiple background checks that may be included. To determine the correct cost of the screenings we will be responsible for, please indicate what screens are necessary for the clerical positions listed in the Tab Sheet. - Mar 15, 2018 2:00:58 PM EDT Answer - Mar 15, 2018 3:24:35 PM EDT Full and complete fingerprint background checks and drug screening as indicated in section 29:This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verification and other related records. 4. 18-7304 - Temporary Clerical Services4. 18-7304 - Temporary Clerical Services What are your current hourly rates for the positions identified on the Tab Sheet? - Mar 15, 2018 2:52:07 PM EDT Answer - Mar 15, 2018 3:24:35 PM EDT This contract has expired and we are currently quoting any work needed. 5. 18-7304 - Temporary Clerical Services5. 18-7304 - Temporary Clerical Services On page 26, section 17.1 it states that the vendor shall procure and maintain property insurance upon the entire project, if required. Is this insurance required for this contract? - Mar 15, 2018 2:54:31 PM EDT Answer - Mar 15, 2018 3:06:49 PM EDT No only the insurance on the Insurance and Bonding Requirements page are relevant. This should be pages 4-5. 4/4/2018 Collier County, #18-7304 - Temporary Clerical Services https://www.bidsync.com/bidsync-app-web/vendor/links/BidDetail.xhtml?bidid=2024042&roundId=null&tab=tab_bidDetailsDocuments 1/1 Q & A deadline: Apr 02, 2018 5:00:00 PM EDT Solicitation #18-7304 - Temporary Clerical Services ITB Print 12 Questions 0 Unanswered Questions Results Per Page: Results Per Page: 55 11. 18-7304 - Temporary Clerical Services11. 18-7304 - Temporary Clerical Services What is the estimated budget for this project? - Mar 22, 2018 10:57:28 AM EDT Answer - Mar 22, 2018 12:15:02 PM EDT This is on the first page of the solicitation- background. 12. 18-7304 - Temporary Clerical Services12. 18-7304 - Temporary Clerical Services Are we able to go into "Place Offer" to familiarize how to submit the bid prior to submittal? - Apr 02, 2018 9:44:12 AM EDT Answer - Apr 02, 2018 10:33:48 AM EDT Check with BidSync. You should be able to place an offer and change it until the due date. 4/4/2018 Collier County, #18-7304 - Temporary Clerical Services https://www.bidsync.com/bidsync-app-web/vendor/links/BidDetail.xhtml?bidid=2024042&roundId=null&tab=tab_bidDetailsDocuments 1/1 Q & A deadline: Apr 02, 2018 5:00:00 PM EDT Solicitation #18-7304 - Temporary Clerical Services ITB Print 12 Questions 0 Unanswered Questions Results Per Page: Results Per Page: 55 6. 18-7304 - Temporary Clerical Services6. 18-7304 - Temporary Clerical Services On page 28, section 24.1, Licenses, it states that the failure on the part of any vendor to submit the required documentation may be grounds to deem the vendor as non-responsive. As Staffing Firms do not need a license to do business in the State of Florida, is there any other documentation required from the bidder? - Mar 15, 2018 2:57:09 PM EDT Answer - Mar 15, 2018 3:06:49 PM EDT Yes the vendor must be registered with the Division of Corporations- Sunbiz.org 7. 18-7304 - Temporary Clerical Services7. 18-7304 - Temporary Clerical Services On page 30, section 37 it gives a URL address for the Technical Architecture Requirements Document. The URL does not bring one to the page that has the document, and when doing a search on your site for "CC Technical Requirements" an "Technical Architecture Requirements" it does not bring one to the document. There is also nothing posted on the "Procurement Services" page. Please advise. - Mar 15, 2018 3:02:25 PM EDT Answer - Mar 21, 2018 4:17:58 PM EDT This section would not be applicable, please disregard. 8. 18-7304 - Temporary Clerical Services8. 18-7304 - Temporary Clerical Services We are unfamiliar with the Florida Certificate of Authority that is requested in Form 4. Please advise. - Mar 15, 2018 3:04:26 PM EDT Answer - Mar 15, 2018 3:14:49 PM EDT The vendor must be registered with the Division of Corporations- Sunbiz.org 9. 18-7304 - Temporary Clerical Services9. 18-7304 - Temporary Clerical Services Please confirm we do not have to have a CCR # or Cage Code to bid. - Mar 15, 2018 3:05:58 PM EDT Answer - Mar 21, 2018 4:19:32 PM EDT No you do not have to have one for this solicitation. 10. 18-7304 - Temporary Clerical Services10. 18-7304 - Temporary Clerical Services Referring to the answer in question 1, I believe that being a woman owned business satisfies the MWBE obligation. But it then states that the subcontractor can be anyone of our choosing? Is our company obligated to subcontract? - Mar 22, 2018 10:31:13 AM EDT Answer - Mar 22, 2018 4:31:00 PM EDT Yes you can submit the documents for MWBE and we will evaluate it. You are not obligated to subcontract. The County only deals with the primary vendor. Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com FORMS March 28, 2018 ITB 18-7304 “Temporary Clerical Services” 4 j.Travel / Mileage: any expenses incurred (i.e. Transcriptionist travel to meetings) shall only be paid according to State of Florida Statute. k.Contracted clerical services with the County are at will unless otherwise stated in a written agreement signed by the Board of County Commissioners. This means that either the County or the contracted clerical worker can terminate the employment at any time and for any reason, with or without notice. INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2.Employer’s Liability $ 1,000,000 single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4.Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5.Automobile Liability $_________ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6.Other insurance as noted: Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence 7.Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. ITB 18-7304 “Temporary Clerical Services” 5 8.Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9.Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10.Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11.The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12.Thirty (30) Days Cancellation Notice required. ________________________________________________________________________________________ 1/31/18 - GG Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ Sunshine Enterprise USA LLC 04/07/2018 Rania Hanna, President FCWJUA & Everest Indemnity Insurance Company Lisa Mincey (407) 886-7553 EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 1 GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1.Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2.Certification regarding Lobbying 3.Conflict of Interest 4.Anticipated DBE, M/WBE or VETERAN Participation Statement 5.Opportunity List for Commodities and Contractual Services and Professional Consultant Services 6.Acknowledgement of Grant Terms and Conditions EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 2 COLLIER COUNTY Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Contractor Covered Transactions (1) The prospective subcontractor of the Sub-recipient, Collier County, certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the Sub-recipient’s subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR NAME ___________________________________________________________________ By: ____________________________________________________________ Signature _________________________________________________________________ Name and Title _________________________________________________________________ Street Address _________________________________________________________________ City, State, Zip _________________________________________________________________ DUNS Number Sunsine Enterprise USA LLC Rania Hanna, President 782 Seneca Meadows Rd. Winter Springs, FL 32708 080761282 EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 3 COLLIER COUNTY Certification Regarding Lobbying The undersigned ___________________________________ (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No State appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding of any State contract, the making of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose of lobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section 11.062, Florida Statutes, which is incorporated by reference into this solicitation, purchase order or contract. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. The Vendor/Contractor, _______________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date Sunshine Enterprise USA LLC Rania Hanna President 04/07/2018 EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 4 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. Sunshine Enterprise USA LLC Rania Hanna President 04/07/2018 SOLICITATION NO.: 18-7304 EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 5 Sunshine Enterprise USA LLC 82-2013540 $166,000 √√√ Rania Hanna 04/07/2018 President raniah@seu-usa.com (407) 308-7989 X X X√ EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 6 Sunshine Enterprise USA LLC 782 Seneca Meadows Rd. Winter Springs, FL 32708 NO.: 18-7304 TEMPORARY CLERICAL SERVICES 82-2013540 Sunshine Enterprise USA LLC (407) 308-7989 782 Seneca Meadows Rd. Winter Springs FL, 32708 √√ 2017 √Primce Contractor EXHIBIT GRANT CERTIFICATIONS AND ASSURANCES GCA - 7 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a cop y of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws an d regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever n ature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ Sunshine Enterprise USA LLC 04/07/2018 Rania Hanna, President 782 Seneca Meadows Rd. Winter Springs, FL 32708 18-7304 TEMPORARY CLERICAL SERVICES Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ √ √ √ Sunshine Enterprise USA LLC 782 Seneca Meadows Rd. Winter Springs, FL 32708 (407) 308-7989 raniah@seu-usa.com Rania Hanna 04/07/2018 Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1.All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2.Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, o rganizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________ Signature and Date:_________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ Sunshine Enterprise USA LLC 04/07/2018 Rania Hanna President Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on thi s _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: 7 April 18SeminoleFlorida Sunshine Enterprise USA LLC 782 Seneca Meadows Rd. Winter Springs, FL 32708 L17000140922 82-2013540 7XC58 (407) 308-7989 Rania Hanna President Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Sunshine Enterprise USA LLC Same address as above 4/7/2018 E-Verify: Employer Wizard - Company Information https://e-verify.uscis.gov/web/EmployerWizard.aspx 1/3 Company Information Company Name Sunshine Enterprise USA LLC Company ID Number 1275136 Doing Business As (DBA) Name Sunshine Enterprise USA DUNS Number 080761282 Physical Location Address 1 782 Seneca Meadows Rd. Address 2 -- City WINTER SPGS State FL Zip Code 32708 County SEMINOLE Mailing Address Address 1 -- Address 2 -- City -- State -- Zip Code Welcome Sameh Faragalla  M E N U 4/7/2018 E-Verify: Employer Wizard - Company Information https://e-verify.uscis.gov/web/EmployerWizard.aspx 2/3 Last Login: 03/26/2018 07:28 PM Additional Information Organization Designation View / Edit View Original MOU Template View MOU -- Employer Identification Number 822013540 Total Number of Employees 1 to 4 Parent Organization Sunshine Enterprise USA LLC Administrator -- Employer Category None of these categories apply NAICS Code 561 - ADMINISTRATIVE AND SUPPORT SERVICES View / Edit Total Hiring Sites 1 View / Edit Total Points of Contact 2 View / Edit U.S. Department of Homeland Security 4/7/2018 E-Verify: Employer Wizard - Company Information https://e-verify.uscis.gov/web/EmployerWizard.aspx 3/3 U.S. Citizenship and Immigration Services Enable Permanent Tooltips Accessibility Download Viewers Form 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance wi th the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in wr iting of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1.General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip______________________________________________ Telephone __________________ Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________ State ________ Zip ___________ City _____________State _________ Zip______________ Email ____________________________________ Email _____________________________________________ 2.Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company C Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3.Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4.Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ Sunshine Enterprise USA LLC 782 Seneca Meadows Rd.Winter Springs Florida 32708 (407) 308-7989 raniah@seu-usa.com 782 Seneca Meadows Rd. Winter Springs FL 32708 √ 82-2013540 04/07/2018 (407) 308 - 7989President 782 Seneca Meadows Rd. Winter Springs FL 32708 Phone : +1 407 308 7989 - +1 407 633 0188 E-mail : samf@seu-usa.com Suns hine Enterprise USA (Head Office) 782 Seneca Meadows Rd. Winter Springs FL 32708 Tel: 407 308 7989 Email: samf@seu-usa.com Web Site: www.seu-usa.com ADDITIONAL DOCUEMNTS April 7, 2018 Form W-9 (Rev. December 2014) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS.Print or type See Specific Instructions on page 2.1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: Individual/sole proprietor or single-member LLC C Corporation S Corporation Partnership Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ▶ Note. For a single-member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for the tax classification of the single-member owner. Other (see instructions) ▶ 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Signature of U.S. person ▶Date ▶ General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.irs.gov/fw9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following: • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the filled-out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. Cat. No. 10231X Form W-9 (Rev. 12-2014) Sunshine Enterprise USA LLC Sunshine Enterprise USA 4 C 782 Seneca Meadows Rd Winter Springs, FL 32708 8 2 2 0 1 3 5 4 0 07/08/2017 Certificate of Status I certify from the records of this office that SUNSHINE ENTERPRISE USA L.L.C., is a limited liability company organized under the laws of the State of Florida, filed electronically on June 29, 2017, effective July 01, 2017. The document number of this company is L17000140922. I further certify that said company has paid all fees due this office through December 31, 2017, and its status is active. I further certify that this is an electronically transmitted certificate authorized by section 15.16, Florida Statutes, and authenticated by the code noted below. Authentication Code: 170630082753-500300888065#1 Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Thirtieth day of June, 2017 Company Data Sunshine Enterprise USA is staffing and recruitment solutions provider for Corporates with over $3 million in annual revenue and nearly 100 partners. Sunshine Enterprise USA LLC 782 Seneca Meadows Rd., Winter Springs, FL 32708 (tel.) 407-308-7989 samf@seu-usa.com www.se-usa.com CAPABILITY STATEMENT DUNS: 080233079 CAGE: 7LSY3 NAICS Codes: 561320–Temp Help Service 213112 – Support activities for operations 561330 – Professional Employer Organization 541219 – Other Accounting Services 541612–Human Resources Consulting Services 561510 – Travel Agencies 561599 – All other travel arrangements and reservation 333318 – All Other Misc. General Purposes 561599 – All other Misc. General Capabilities Experts in: •Flexible staffing options to fit your needs: temporary staffing, temp-to- perm, or direct hire. •Creative staffing solutions that address needs ranging from single transactions to some of the largest and most complex business challenges. •Open and scalable technology that is readily integrated into existing operations, and extended as needs evolve. •Immediate Labor Fulfillment – You can't always plan ahead and that's no problem for us. We can have qualified skilled craftsmen at your site in 24 hours or less. Differentiators Leading the way… •Utilizing our services has resulted in an average savings of 22% per customer •Tow-year average of 99.78% on-time delivery rate with no lost time and/or accidents •Proven integrity in every aspect of our service. •Responsive to urgent business needs pertaining to compliance in the areas of accounting, finance, human resources and overall documentation of these practices. •Seamless support to organizations through people-oriented approaches to solving real issues facing small business A Woman Owned Certified Small Business Contact Information Sam Faragalla VP, Government Service 407-308-7989 samf@seu-usa.com Past Performance Rated “Outstanding” by our customers! •Florida Department of Transportation (FDOT) approved supplier •University of Florida preferred vendor for Recruitment, Relocation and Travel services •McAllen Independent School District preferred vendor for travel and relocation services •School Board of Pinellas County awarded vendor. Sunshine Enterprise USA 2. Company Overview 4. Hire The Right Fit Program 5. Employee Advantage Program 6. Value Diversity 7. Program Management Tools 3. Industry Specific Expertise 1. Advantages of Sunshine Enterprise USA Sunshine Enterprise USA 2. Company Overview 4. Hire The Right Fit Program 5. Employee Advantage Program 6. Value Diversity 7. Program Management Tools 3. Industry Specific Expertise 1. Advantages of Sunshine Enterprise USA Sunshine Enterprise USA Sunshine Enterprise USA When working with Sunshine Enterprise USA, our customers benefit from unique program features: Employment Options:Our employment services include contract, contract-to-hire and direct placement services. Single-Source Staffing Provider:Our customers can utilize our services to fulfill all staffing needs, as we provide a wide range of technical, professional and industrial skill sets. 24/7 Accessibility: Our Account Managers provide 24-hours service via cell phone and are also equipped with e-mail, voicemail and Internet capabilities. Technology and Reporting:Our varied technology tools and reporting options offer flexibility and measurability to our customers. Centralized and Consolidated Invoicing:Our customers have flexible invoicing options based on organizational structure. Employee and Accounting Management:In addition to building close relationships with our employees, we manage their payroll and benefits, including vacation, holiday, 401K and health insurance. We pay our employees weekly. Quality Guarantee:Our quality guarantee allows you to observe the employee and gauge their fit with your company. If you are not satisfied, notify us and you will not be billed for hours that employee worked. 2. Company Overview 4. Hire The Right Fit Program 5. Employee Advantage Program 6. Value Diversity 7. Program Management Tools 3. Industry Specific Expertise 1. Advantages of Sunshine Enterprise USA Sunshine Enterprise USA D-U-N-S number : 080761282 CAGE : 7XC58 Certifications Federal : Woman-owned Small Business State (Florida) : Disadvantaged Business Enterprise Minority Business Enterprise FDOT Certified DBE FDOT Certified Small Business NAICS code : 561311 Employment Placement Agencies 561312 Executive Search Consulting Services 541219 Other Accounting Services 541612 Human Resources Consulting Services 561510 Travel Agencies 561599 All Other travel arrangements and reservation 213112 Support activities for operations 333318 All other Misc. General Purpose Industries PSC Code : AD96, R431, V241, V251, V2 IMPORTANT INFO Who we are We are a family owned, business entity that takes great pride in excellent customer service. we believe in doing the right thing by communicating openly and honestly. These traits may not be common in staffing industry, but they serve as our foundation at Sunshine Enterprise USA. Our services are priced fairly and we recommend the best solution, even if it is not one we offer. We offer variety of staffing and recruitment solutions for Corporates, Small Businesses and Government entities. Working with the right staffing partner can reduce your overhead, operational costs and improve productivity. Sunshine Enterprise USA believes the offering quality staffing and doing it right are the combinations of these principles along with our refined recruiting methods, quality management processes and high staffing success rate. A Leading National Business Solution of Choice. Our Vision Our Vision •We are a business entity •Staffing and Recruitment is our core business •We add value to this resource •We contribute to the wellbeing of the society •We contribute and give back to the community through bringing great people and great organizations together to build success. Our Shared Values Our values are embedded in our culture as the backbone of our business conduct, reflecting our sense of duty and responsibility in upholding our commitment towards contributing to the well-being of peoples and nation wherever we operate. Loyalty Loyal to corporation Integrity Honest and upright Professionalism Strive for excellence Cohesiveness United, trust and respect for each other 2. Company Overview 4. Hire The Right Fit Program 5. Employee Advantage Program 6. Value Diversity 7. Program Management Tools 3. Industry Specific Expertise 1. Advantages of Sunshine Enterprise USA Sunshine Enterprise USA Sunshine Enterprise USA started servicing Clients in response to the varied work climate that accompanied the construction, environmental and civil engineering industries. The constant disparities in workloads, varying contract locations, seasonal requirements and periodic need for specialists or professionals with unique skills makes it difficult to maintain proper staffing levels in these sectors. Understanding these recurring niche industry problems, Sunshine Enterprise USA was chartered to serve the staffing needs of industries with strict regulatory guidelines and cyclic/seasonal trends. The following are examples of the staffing support : Waste Management Architecture and Engineering Civil Engineering Construction Services Environmental & Remediation 2. Company Overview 4. Hire The Right Fit Program 5. Employee Advantage Program 6. Value Diversity 7. Program Management Tools 3. Industry Specific Expertise 1. Advantages of Sunshine Enterprise USA Sunshine Enterprise USA 1 2 3 4 5 6 7 8 9 10 Discover Potentials TRUST Creating a compelling environment where work can be done effectively and efficiently A sense of honour, pride and commitment GROW A wealth of opportunities to grow expertise, skills & experience REWARD A workplace that rewards competitively on performance An environment where my contributions are recognised Sunshine Enterprise USA Sunshine Enterprise USA offers its Employment Value Proposition 2. Company Overview 4. Hire The Right Fit Program 5. Employee Advantage Program 6. Value Diversity 7. Program Management Tools 3. Industry Specific Expertise 1. Advantages of Sunshine Enterprise USA Sunshine Enterprise USA Sunshine Enterprise USA Sunshine Enterprise USA engagement process, known as our Right Fit program, details from start to finish how the perfect candidate is selected. Each of the following five phases feature components customized to most effectively service your account. Phase One: Customer Analysis To identify the right employee for Clients, we analyze the task requirements and develop a detailed profile. Each subsequent stage of our recruitment process is based on this analysis. Customer Culture & Mission Understanding our customer’s culture and mission tells us who you are and how we can be the perfect partner to Clients. We communicate the importance of your history and values to the employee we place with you. Cost Analysis Our ability to control costs comes from locating a high-quality candidate quickly and correctly the first time. Labor Market Analysis To develop recruiting strategies that work best for the Clients, we look at a variety of factors including contract and statutory requirements (WD and SCA), wage data, employment by industry and skill set, unemployment rates, average income and education levels. Requirement Qualification We qualify the requirement with you by clarifying the description, start date, duration, pay rate, special skills or experience required. A thorough understanding of your request is imperative in our search for a perfect match. Sunshine Enterprise USA Phase Two: Sourcing The second segment of our recruitment process is the sourcing phase, when Sunshine Enterprise USA’s customer focused recruiters locate qualified candidates to fill open positions. Our recruiters use a variety of sourcing methods which include both technology- based resources as well as more traditional sources, such as networking and employee referrals. Local Sourcing Our search begins in the local community where our candidates live and work. Community Events and Resources i.e. Career Source, Goodwill and Bridges of America program, churches, Florida Department of Corrections and etc. •Veterans Events and Resources •Employee Referrals •Passive Job Seekers •Community colleges •Local newspaper, radio stations and TVs •Billboards Niche Sourcing Our focused sourcing allows us to become experts in terminology, nuances and regulations of each industry. •Diversity Resources •Professional Organizations •Targeted Advertising and Job Fairs Internet Sourcing We use state of the art recruiting systems, industry job boards and social networking sites to reach job seekers online. •Industry Job Boards •Advanced Search Techniques By focusing our recruiting efforts on Local, Niche and Internet sourcing, we can ensure that you receive the only best qualified candidates. Sunshine Enterprise USA Phase Three: Screening Phase Three of our “Hire The Right Fit Program” entails making sure that all employees placed with Clients have undergone the required steps to validate a candidate’s qualifications. This phase includes candidate interviews, reference validation, ensuring I-9 compliance and administering any required skill testing. Success Profile The desired skills, experience and temperament critical to successful performance are all factors of the Success Profile. Phone Screen An initial telephone screen verifies a candidate's overall availability and fit as a contract employee. We address ability to perform the position and establish availability for the duration of the position. If we feel the employee is a good match, we will set up an appointment for a personal interview. In-Depth Personal Interview Every candidate will be personally interviewed in our office to ensure he/she possesses the qualifications, experience and temperament required for the position. The recruiter evaluates the candidate's ability to perform the position, establishes availability for the start date and duration of the assignment, and verifies the candidate's previous salary history and current salary requirements. Employment and Reference Verification A minimum of two reference checks will be performed for each candidate before he/she is placed on a contract. The references we obtain are recent, relevant to the position and from a direct supervisor. We verify dates of employment, job description and assess overall ability through contact with each reference and employers. Follow-Up Interview The candidate is interviewed a second time, either over the phone or in person. The purpose of this interview is to review th e position and its requirements and assure again that the candidate is capable and willing to meet job expectations of Sunshine Enterprise USA and Clients. Sunshine Enterprise USA Phase Four: Selection Once a candidate is selected, Sunshine Enterprise USA will make an offer and complete the final stage of position eligibility. After the candidate has accepted the position, we continue the transition into his or her new role. ON-BOARDING We review the candidate’s completed paperwork and ensure acceptance of Sunshine Enterprise USA’s and our customer’s policies and procedures. Forms and Certifications: All employees must complete an I-9 Form and present an original document that establishes identity and employment eligibility. Employee Agreement: All employees sign an employee agreement that defines their status as an Sunshine Enterprise USA employee throughout the duration of the assignment. COMPLIANCE This additional level of screening assures that the candidate is capable of meeting our customer’s performance requirements. •Drug Screen: Sunshine Enterprise USA offers drug-screening services upon your request. We can accommodate a 5, 7, 9 or 10-panel drug screen after an applicant successfully completes our interview and verification process. Screens are coordinated by our affiliate, e-Screen, with a network of more than 4,000 clinics. •Background Check: We can provide background investigations upon request through our partner, American Background and/or EBI, a nationally recognized leader in pre-employment screening services. ORIENTATION We confirm that each candidate understands the nature of the position and environment at Clients’ facilities -Safety Videos -EEO/AA Review and Training -Benefits Overview -Safety Orientation -Training Videos (Safety Video and Sexual harassment video) -Realistic Job Preview: An employee experiences the work environment through a briefing and preview of the position. -First-day Introduction: On the first day of assignment, a representative from our company will be at the work site to introduce the employee to the project manager. -Mentor/Buddy Person Program: On the first 90 days a trained team member will assist the new hires with all questions and guidance. Sunshine Enterprise USA Phase Five: Performance Monitoring The final phase of our engagement process is on -going management of the contract workforce. We retain consistent communication with our workers and Clients’ leadership throughout the scope of the contract. During this phase, we utilize surveys and issue resolution processes to ensure the complete satisfaction of our personnel and your leadership. Continuous Communication Open communication between the customer and Sunshine Enterprise USA occurs continually at intervals determined by you. We maintain frequent contact with the employee and your managers to resolve issues and respond to your requests. Right Fit Survey This survey measures customer satisfaction to assess our overall level of service. It is available online and allows you to request immediate follow-up for problem solving. Sunshine Enterprise USA’s Right Fit Survey measures your satisfaction level and ensures high -level service at each account. Clients can immediately request details or follow up to any issues that may arise. Key Performance Indicators Sunshine Enterprise tracks and reports on a variety of performance metrics, also known as key performance indicators (KPIs). Determining and quantifying KPIs, such as Attrition, Fill Ratio and Response Time, is crucial to assessing our ability to meet your performance requirements. Exit References We want your input on how our employee fits your position. As an employee is exiting an assignment we ask you to rate him or her on several factors including: Professional Appearance, Attendance, Attitude, Dependability, Quality of Work and Productivity. 2. Company Overview 4. Hire The Right Fit Program 5. Employee Advantage Program 6. Value Diversity 7. Program Management Tools 3. Industry Specific Expertise 1. Advantages of Sunshine Enterprise USA Sunshine Enterprise USA Sunshine Enterprise USA Value Diversity We understand that in order to most effectively manage the diversity staffing and customer service needs, we must first embrace diversity in our organization. Partners and Stakeholders We create alliances with minority-owned staffing partners to help customers meet M/WBE and Small Business spend goals. Our Valued Partners include minority, women -owned, small disadvantaged (8A), HUB Zone business, American and Alaskan native owned and service disabled veteran owned companies. Diversity Recruiting We are a woman owned vendor, we are committed to developing a workforce that is diverse and inclusive. We generate a pipeline of diverse candidates through community outreach, targeted Web sites and publications, colleges and universities and conferences and events. Our valued partnerships with certified M/WBE businesses in all 50 states provide us with value, not just service. Diversity and Inclusion (D&I) We have established various ways to implement our D&I goals through communication, education, community outreach, hiring and mentoring programs and initiatives. Corporate Social Responsibilities It is our responsibility and initiative to value diversity within our own organization. Valuing Diversity is one of our key corporate values and we recognize and appreciate the differences in each of our employees, whether internally or contractually. 2. Company Overview 4. Hire The Right Fit Program 5. Employee Advantage Program 6. Value Diversity 7. Program Management Tools 3. Industry Specific Expertise 1. Advantages of Sunshine Enterprise USA Sunshine Enterprise USA 1. Universities Career Fair 2. Community Colleges 4. Internet and Social Media ▪Online Career Services ▪Career Fair ▪Shadowing, Internship and Co-op opportunities ▪Online Career Services ▪Career Fairs 3. Community & State Agencies ▪Vocational Schools ▪Industry Associations ▪Community Organizations ▪Military Installations: Available Veterans ▪Community Centers i.e. Career Source, Bridge of America, Goodwill, etc. ▪Technical Institutes ▪Ethnic Groups ▪Online job boards i.e. Indeed and Craig’s list ▪Facebook, LinkedIn and Twitter Sunshine Enterprise USA Commitment to the SUCCESS of all Team Members and Stakeholders 1. Monitoring 2.Training ▪Time to fill positions ▪Recruitment Cost Ratio (Total Recruitment Cost/Total Number Positions Filled) ▪Quality of new hire/turnover rate for first 6 months. ▪Daily Huddle ▪Tool Box Talk ▪Weekly safety meeting ▪Job Hazard Analysis (JHA) ▪Mentoring ▪Job Rotations 3. Orientation and Onboarding ▪Safety Videos & orientation ▪EEO/AA Review and Training ▪Benefits Overview ▪Training Videos (Safety Video and Sexual harassment video) ▪Realistic Job Preview ▪First-day Introduction. ▪Mentor/Buddy Person Program. Sunshine Enterprise USA Commitment to the SUCCESS of all Team Members and Stakeholders Conclusion It is our hope that the information presented in this proposal has provided you with a clear understanding of how Sunshine Enterprise USA can help you meet your staffing needs. We would like to thank you for considering us as a staffing vendor. As a leader in the staffing industry, we pledge to work harder for you by providing the quality people you need who fit perfectly into your workforce. T H A N K Y O U