Honorable Chairman Jean Monestime

and Members, Board of County Commissioners

Page 5

Date:
To: / Honorable Chairman Jean Monestime
and Members, Board of County Commissioners
From: / Carlos A. Gimenez
Mayor
Subject: / Recommendation for Approval to Award: Contract No. FB-00361 Contract Employee Services

Recommendation

It 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.

Scope

The scope of this item is countywide in nature.

Fiscal Impact/Funding Source

The 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.

Department / Allocation / Funding Source / Contract Manager
Animal Services / $2,000,000 / Proprietary Funds / Michael Garateix
Aviation / 2,160,000 / Proprietary Funds / Neivy Garcia
Community Action and Human Services / 5,000,000 / Proprietary Funds/ Federal Funds / Kimberly Craig
Communications / 1,733,000 / Proprietary Funds / Angelica Suarez
Corrections and Rehabilitation / 500,000 / Proprietary Funds / Ana Hassun
Courts / 275,000 / Proprietary Funds / Dennise Suarez
Cultural Affairs / 150,000 / Proprietary Funds / Daphne Webb
Elections / 15,000,000 / Proprietary Funds / Rena Saiter
Economic Advocacy Trust / 250,000 / Proprietary Funds / Jose Gonzalez
Finance / 3,250,000 / Proprietary Funds / Blanca Padron
Fire Rescue / 3,250,000 / Fire District / Mari Betancourt
Human Resources / 970,000 / Proprietary Funds / Susana Ramirez Lapp
Information Technology / 1,875,000 / Internal Services Funds / Tania Gundin
Internal Services / 14,959,000 / Proprietary Funds
Library System / 744,000 / Library District / Anna Rodriguez
Medical Examiner / 185,000 / Proprietary Funds / Aylin Conception
Metropolitan Planning Organization / 250,000 / Federal Funds / Carmen Villaverde-Menendez
Office of Budget / 250,000 / Proprietary Funds/Federal Funds / Erika Luciani
Parks, Recreation and Open Spaces / 2,500,000 / Proprietary Funds / Lluis Gorgoy
PortMiami / 2,150,000 / Proprietary Funds / Gyselle Pino
Public Housing and Community Development / 17,500,000 / Federal Funds / Indira Rajkumar-Futch
Regulatory and Economic Resources / 2,380,000 / Proprietary Funds / Manuel Blanco
Solid Waste Management / 10,000,000 / Proprietary Funds / Olga Espinosa-Anderson
Transportation and Public Works / 6,781,000 / DTPW Operating / Rodney McMillian
Vizcaya Museum and Gardens / 250,000 / Proprietary Funds / Tanya Donigan
Water and Sewer / 31,000,000 / Proprietary Funds / Susan Pascul
Total / $125,362,000

Track Record/Monitor

Fredrick Taylor of the Internal Services Department is the Procurement Contracting Officer.

Delegated Authority

If 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 Award

An 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 Address / Address of Branch Offices or Headquarters in Miami-Dade or Broward* / Number of Employee Residents / Principal
1)Miami-Dade
2)Broward
3)Percentage*
22nd Century Technologies, Inc. / 1 Executive Drive
Suite 285
Somerset, NJ / None / 0 / Satvinder Singh
0
0%
A & Associates, Inc. / 951 Sansbury Way West Palm Beach, FL / None / 155 / Andrew Luchey
275
25%
Alpha 1 Staffing/Search Firm, LLC / 3350 SW 148 Avenue Suite 110
Miramar, FL / 1111 Park Centre
Boulevard,
Miami, FL / 569 / Garrie J. Harris
128
93%
0
100%
Cybrac, Inc.
(SBE) / 633 NE 167 Street
Suite 709
North Miami Beach, FL / Same / 16 / Bessier Casimir
0
100%
Eagle Resource Group, Inc. / 12555 Orange Drive Suite 237
Davie, FL / Same / 5 / Ganesh Persaud
1
100%
Integrated Holdings, Inc.
(SBE) / 520 NW 165 Street Road
Suite 212E
Miami, FL / Same / 10 / Olaleye Olawale
1
100%
PackPlus, Inc. dba Josmar Medical Staffing
(DBE, SBE) / 633 NE 167 Street
Suite 620
North Miami Beach, FL / Same / 87 / Joseph Obadeyi
8
100%
Paramount Solutions & Global Services, Inc. / 55 SE 2 Avenue
Delray, Beach FL / None / 1 / Jacquline Wilson
3
3%
Royal Regions, Inc.
(LDB, SBE) / 1031 NW 202 Street
Miami, FL / Same / 9 / Larry Kolapo
1
100%
Southern Health Care Corporation
(SBE) / 633 NE 167 Street
Suite 602
North Miami Beach,
FL / Same / 12 / Joshua Ajayi
2
100%
Total Connection, Inc.
(DBE, LBD, SBE) / 20451 NW 2 Avenue
Miami, FL / Same / 38 / Joseph Orukotan
0
100%
TransHire dba Atrium Personnel, Inc. / 3601 W Commercial Boulevard
Suite 12
Fort Lauderdale, FL / 6625 Miami Lakes Drive
Miami Lakes, FL / 925 / Scott Rasbach
180
100%
1
2%
Westaff (USA), Inc. / 1040 Crown Pointe Parkway
Suite 1040
Atlanta, GA / 419 West 49 Street Suite 104
Hialeah, FL 33012 / 19,536 / Poole Sorensen
3,280
98%
WorkSquare, LLC
(SBE) / 1444 Biscayne Boulevard
Suite 114
Miami, FL / Same / 50 / Renade Grant
2
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

Vendor / Reason for Not Recommending
Altrian-A Management Group / Vendor determined non-responsible as a result of a responsibility review.
Cochhbha Enterprises, Inc. dba CEI Staffing / Bid was higher than lowest bidder.
Trigen Technologies, Inc. dba Ebson / Vendor determined non-responsible as a result of a reference check.
GDKN / Vendor 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 includeconvicted 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 Measures

·  The 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 Osterholt

Deputy Mayor