Miami-Dade County



Date:To:Honorable Chairman Jean Monestime and Members, Board of County CommissionersFrom:Carlos A. GimenezMayorSubject:Recommendation for Approval to Award: Contract No. FB-00361 Contract Employee Services3580130-609600RecommendationIt is recommended that the Board of County Commissioners (Board) approve award of Contract No. FB-00361 Contract Employee Services to support the operational needs of various County departments. The solicitation includes approximately 163 positions. The positions range from administrative, clerical, customer service, internships, laborers, professional, and information technology. The Board of County Commissioners approved Contract 9432-4/16, Contract Employee Services and the related supplement under Resolution No. R-731-11 on September 20, 2011 for one (1) year with four (4) one-year option to renew terms. The supplement document changed the name of the contract from Temporary Employment Agency Services to Contract Employee Services, reduced the number of user departments to support critical needs only and amended the requested allocation. The initial term was awarded for $ $12,826,000 and was subsequently modified twice at different approval levels for $500,000, and then for $1,666,000, resulting in a value of $14,992,000.This contract represents the consolidation of three (3) existing contracts for clerical and technical services; M1099-1/07-4, Temporary Clerical Personnel Services, 5682-3/10-3, Personnel Agency Services (Water and Sewer Department) and 6181-4/10-4, Temporary Technical Personnel Services, which had a cumulative value of $29,952,000.?Awards under this contract were made for 18 bid groups; Groups A through H provide contract services personnel for positions covered under the Living Wage Ordinance, Groups I through O provide contract services personnel for positions not covered under the Living Wage Ordinance, Group P provides contract services personnel for Public Housing and Community Development Department positions covered by the Living Wage Ordinance, Group Q provides contract services personnel for Public Housing and Community Development Department positions not covered by the Living Wage Ordinance, and Group R established a pool of pre-qualified vendors invited to participate in spot market quotes for contract services positions that were not included in the solicitation, but may be needed to support County operations in the future.Contract services employees provide essential operational support and services to Miami-Dade County by offering a cost-effective, flexible option to meet seasonal requirements, completion of special projects, provide back-up for permanent staff on maternity and medical leave.? In certain instances, it is more cost effective to employ contract services employees as many grant funded positions do not allow for fringe benefits. Contract employees provide a variety of critical social service delivery functions, including activities and meals at senior centers, providing direct services to children in the Head Start Program, weatherization support and low-income energy assistance services, as well as provide support for federally regulated low-income and subsidized housing programs.ScopeThe scope of this item is countywide in nature.Fiscal Impact/Funding SourceThe fiscal impact for the five-year term is $125,362,000. The previous contract, 9432-4/16, was valued at $115,906,000 for five (5) years and three (3) months. DepartmentAllocationFunding SourceContract ManagerAnimal Services$2,000,000Proprietary FundsMichael GarateixAviation2,160,000Proprietary FundsNeivy GarciaCommunity Action and Human Services5,000,000Proprietary Funds/ Federal FundsKimberly CraigCommunications 1,733,000Proprietary FundsAngelica SuarezCorrections and Rehabilitation500,000Proprietary FundsAna HassunCourts275,000Proprietary FundsDennise SuarezCultural Affairs150,000Proprietary FundsDaphne WebbElections15,000,000Proprietary FundsRena SaiterEconomic Advocacy Trust250,000Proprietary FundsJose GonzalezFinance3,250,000Proprietary FundsBlanca PadronFire Rescue3,250,000Fire DistrictMari BetancourtHuman Resources970,000Proprietary FundsSusana Ramirez LappInformation Technology1,875,000Internal Services FundsTania GundinInternal Services14,959,000Proprietary FundsLibrary System744,000Library DistrictAnna RodriguezMedical Examiner185,000Proprietary FundsAylin ConceptionMetropolitan Planning Organization250,000Federal FundsCarmen Villaverde-MenendezOffice of Budget 250,000Proprietary Funds/Federal FundsErika LucianiParks, Recreation and Open Spaces2,500,000Proprietary FundsLluis GorgoyPortMiami2,150,000Proprietary FundsGyselle PinoPublic Housing and Community Development17,500,000Federal FundsIndira Rajkumar-FutchRegulatory and Economic Resources2,380,000Proprietary FundsManuel BlancoSolid Waste Management 10,000,000Proprietary FundsOlga Espinosa-AndersonTransportation and Public Works 6,781,000DTPW OperatingRodney McMillianVizcaya Museum and Gardens250,000Proprietary FundsTanya DoniganWater and Sewer31,000,000Proprietary FundsSusan PasculTotal$125,362,000Track Record/MonitorFredrick Taylor of the Internal Services Department is the Procurement Contracting Officer. Delegated AuthorityIf this item is approved, the County Mayor or County Mayor’s designee will have the authority to exercise all provisions of the contract pursuant to Section 2-8.1 of the County Code and Implementing Order 3-38, including any cancellation, renewal and extension provisions.Vendor Recommended for AwardAn Invitation to Bid was issued under full and open competition on May 4, 2016. Eighteen (18) bids were received in response to the solicitation. The method of award was to the three (3) lowest-priced responsive and responsible vendors on a line item basis. Group A Small Business Enterprise (SBE) Bid Preference and Local Preference applied. No measures were assigned to Group B due to federal funding restrictions. See Attachment No. 1. Awarded Vendors By Line Item. Awardee Principal AddressAddress of Branch Offices or Headquarters in Miami-Dade or Broward*Number of Employee ResidentsPrincipal1)Miami-Dade 2)Broward3)Percentage* 22nd Century Technologies, Inc.1 Executive Drive Suite 285Somerset, NJNone 0Satvinder Singh 0 0%A & Associates, Inc.951 Sansbury Way West Palm Beach, FLNone155Andrew Luchey275 25%Alpha 1 Staffing/Search Firm, LLC3350 SW 148 Avenue Suite 110Miramar, FL1111 Park CentreBoulevard,Miami, FL569Garrie J. Harris128 93% 0 100%Cybrac, Inc.(SBE)633 NE 167 Street Suite 709North Miami Beach, FLSame 16Bessier Casimir 0 100%Eagle Resource Group, Inc.12555 Orange Drive Suite 237Davie, FLSame 5Ganesh Persaud 1 100%Integrated Holdings, Inc.(SBE)520 NW 165 Street Road Suite 212EMiami, FLSame10Olaleye Olawale 1100%PackPlus, Inc. dba Josmar Medical Staffing(DBE, SBE)633 NE 167 Street Suite 620North Miami Beach, FLSame87Joseph Obadeyi 8100%Paramount Solutions & Global Services, Inc.55 SE 2 AvenueDelray, Beach FLNone1Jacquline Wilson3 3%Royal Regions, Inc.(LDB, SBE)1031 NW 202 StreetMiami, FLSame9Larry Kolapo1100%Southern Health Care Corporation(SBE)633 NE 167 StreetSuite 602North Miami Beach, FLSame12Joshua Ajayi 2100%Total Connection, Inc.(DBE, LBD, SBE)20451 NW 2 AvenueMiami, FLSame38Joseph Orukotan 0100%TransHire dba Atrium Personnel, Inc.3601 W Commercial Boulevard Suite 12Fort Lauderdale, FL6625 Miami Lakes DriveMiami Lakes, FL 925Scott Rasbach 180100%1 2%Westaff (USA), Inc.1040 Crown Pointe Parkway Suite 1040Atlanta, GA419 West 49 Street Suite 104Hialeah, FL 33012 19,536Poole Sorensen 3,28098%WorkSquare, LLC(SBE)1444 Biscayne Boulevard Suite 114Miami, FLSame 50Renade Grant2 100%*Provided pursuant to Resolution No. R-1011-15. Percentage of employee residents is the percentage of vendors’ employees who reside in Miami-Dade County or Broward County as compared to the vendor’s total workforce.Vendors Not Recommended for Award VendorReason for Not RecommendingAltrian-A Management GroupVendor determined non-responsible as a result of a responsibility review.Cochhbha Enterprises, Inc. dba CEI StaffingBid was higher than lowest bidder.Trigen Technologies, Inc. dba EbsonVendor determined non-responsible as a result of a reference check.GDKNVendor determined non-responsible as a result of no pricing submitted with the bid.Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with the Internal Services Department’s Procurement Guidelines to determine contractor responsibility, including verifying corporate status and that there are no performance or compliance issues.? The lists that were referenced include?convicted bidders, debarred bidders, delinquent contractors, suspended bidders, and federal excluded parties.? There are no adverse findings relating to contractor responsibility.Pursuant to Resolution No. R-140-15, prior to the re-procurement of this replacement contract, a full review of the scope of services was conducted to ensure the replacement contract reflects the County’s current needs. The review included conducting market research, posting a draft solicitation for industry comment, and holding meetings and drafting sessions with the user departments. Applicable Ordinances and Contract MeasuresThe two (2) percent User Access Program provision applies and will be collected on all purchases.The SBE Bid Preference and Local Preference were applied in accordance with the ordinances.The Living Wage Ordinance does apply where applicable by funding source. __________________________Jack OsterholtDeputy Mayor ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download