File #: 21-490   
Status: Agenda Ready
In control: FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT
Agenda Date: 10/19/2021 Final action: 10/19/2021
Title: MOTION TO AWARD open-end contracts to the three low responsive, responsible bidders: Cochhbha Enterprises, Inc. (Primary Vendor), TECKpert, LLC (Secondary Vendor), and VGreen Enterprises LLC (Tertiary Vendor), for Information Technology (IT) Temporary Personnel Services, Bid No. TRN2122277B1, for the Transportation Department, in the annual amount of $3,266,922, which includes an allowance in the annual amount of $12,729; and authorize the Director of Purchasing to renew the contracts for four one-year periods, for a total five-year potential estimated amount of $16,334,610. The initial contract period shall begin on November 10, 2021 and shall terminate one year from that date.
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - Goal Memorandum dated July 30, 2021, 3. Exhibit 3 - Protest Response dated July 22, 2021, 4. Exhibit 4 - User Concurrences dated April 19 - August 27, 2021, 5. Exhibit 5 - Price Analysis
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  George Tablack

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

MOTION TO AWARD open-end contracts to the three low responsive, responsible bidders: Cochhbha Enterprises, Inc. (Primary Vendor), TECKpert, LLC (Secondary Vendor), and VGreen Enterprises LLC (Tertiary Vendor), for Information Technology (IT) Temporary Personnel Services, Bid No. TRN2122277B1, for the Transportation Department, in the annual amount of $3,266,922, which includes an allowance in the annual amount of $12,729; and authorize the Director of Purchasing to renew the contracts for four one-year periods, for a total five-year potential estimated amount of $16,334,610. The initial contract period shall begin on November 10, 2021 and shall terminate one year from that date.

 

body

Why Action is Necessary

In accordance with the Broward County Procurement Code, Section 21.47(a), Award and Execution Authority, Board approval is required for awards exceeding $500,000 inclusive of the value of any renewals or extensions provided for in the contract.

 

What Action Accomplishes

Provides for Information Technology (IT) Temporary Personnel Services on an as-needed basis for the Broward County Transportation Department and other County agencies, and establishes primary, secondary, and tertiary vendors.

 

Is this Action Goal Related

No

 

Previous Action Taken

None.

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE TRANSPORTATION DEPARTMENT RECOMMEND APPROVAL OF THE ABOVE MOTION.

 

The Office of Economic and Small Business Development (OESBD) established a Disadvantage Business Enterprise (DBE) participation goal of 10% for federally-funded transportation projects. Cochhbha Enterprises, Inc. has committed to 10% DBE goal participation; TECKpert, LLC has committed to 100% DBE goal participation; and VGreen Enterprises LLC has committed to 15% DBE goal participation, all of which have been reviewed and approved by the OESBD (Exhibit 2).

 

The purpose of these contracts is to provide Information Technology (IT) Temporary Personnel Services for the Broward County Transportation Department and other Using Agencies.

 

The allowance incorporated into this contract in the amount of $12,729 is for mileage reimbursement when assigned personnel are required to leave their County-base location and relocate to work at another facility within the same workday. The mileage reimbursement rate is the current rate established in Section 112.061, Florida State Statutes, for the period in which the mileage is incurred. Expenditures under these allowance items must be approved by the Contract Administrator and will be reimbursed at the contractor's actual cost without mark-up.

 

The solicitation specified a basis of award of Multiple Awards, which provided for awards to be made to a maximum of three responsive, responsible vendors. The low responsive, responsible vendor will be designated as the primary vendor; the second lowest responsive, responsible vendor will be designated as the secondary vendor; and the third lowest responsive, responsible vendor will be designated as the tertiary vendor. The primary contract will be awarded to the low responsive, responsible vendor (Primary Vendor); the secondary and tertiary contracts (if applicable) will be awarded to the second lowest responsive, responsible vendor (secondary vendor); and third lowest responsive, responsible vendor (tertiary vendor) (if applicable) based upon the same unit prices as those submitted by the Primary Vendor for each line item.

 

Work will be issued to the secondary or tertiary vendor(s) when the primary vendor is unable to perform, or when the County determines that the primary vendor’s maximum service capacity has been reached and additional service capacity is still needed by the County.

 

The Director of Purchasing determined that the apparent low bidders,  Perlude Systems Pvt. Ltd; Adams Enterprises USA, Inc.; Sensatech, LLC; Flysoft, Inc.; Cynet Systems; Zenith Talent Corporation dba Crowdstaffing; Action Group MGMT; Beryllus Consulting & Staffing; Moten Tate, Inc.; 4 Best Business Corp; Oready; Bleu Stream Corp; and BuzzClan LLC, to be non-responsive for non-compliance with the Specifications and Requirements, Section 13.4, of the solicitation, which reads: “Vendor is required to pay each of its employee the local, regional or metropolitan industry standard average minimum hourly rate for the routine services as provided for in the U.S. Bureau of Labor Statistics (BLS) 50% (Median) Percentile Hourly wage estimates, which may be required for any information technology positions, classifications, functions and tasks.”

 

The Transportation Department has reviewed the bids submitted by Cochhbha Enterprises, Inc. (primary vendor), TECKpert, LLC (secondary vendor), VGreen Enterprises LLC (tertiary vendor) and concurs with the recommendations for award (Exhibit 4). Fifteen vendor performance evaluations were completed for Cochhbha Enterprises, Inc.; the firm has an overall performance rating of 4.37 out of possible rating of 5.0. No County vendor performance evaluations have been completed for TECKpert, LLC and VGreen Enterprises LLC. Copies of the vendor performance evaluations are available upon request.

 

The Purchasing Division has researched the prices submitted by the recommended bidders, Cochhbha Enterprises, Inc., TECKpert, LLC, and VGreen Enterprises LLC, and has determined that the prices submitted are fair, reasonable, and aligned with the Independent Cost Estimates (ICE) analysis for the industry in comparison to the U.S. Bureau of Labor Statistics (BLS) 50% (Median) percentile wage rate statistics (Exhibit 5).

 

The bid was posted on February 2, 2021 and opened on February 17, 2021; 69 bids were received with two declinations (Exhibit 1).

 

An initial Recommendation for Award was posted on the Purchasing Division’s website from April 26 - 30, 2021, for Information Consultants, Inc, Cochhbha Enterprises, Inc., and TECKpert, LLC.

 

On April 29, 2021, a protest was received from 4 Best Business Corp contesting the rejection of 4 Best Business Corp’s bid. The Purchasing Division confirmed the initial determination that 4 Best Business Corp did not meet the minimum BLS pricing requirements of the bid and thus was properly determined to be non-responsive. No appeals were filed regarding this decision (Exhibit 3).

 

After further review of 4 Best Business Corp’s protest, the Purchasing Division determined that the previously recommended primary vendor, Information Consultant, Inc., did not meet the minimum BLS pricing requirement. Therefore, the initial Recommendation for Award posted on April 26, 2021 was rescinded as the Purchasing Division has re-evaluated the pricing sheet tabulation and determined that Cochhbha Enterprises, Inc. (primary vendor), TECKpert, LLC (secondary vendor), and VGreen Enterprises LLC (tertiary vendor) are recommended for award.

 

A secondary Recommendation for Award was posted on the Purchasing Division’s website from September 8 - 14, 2021, which rescinded the initial Recommendation for Award to resolve Information Consultants, Inc. as one of the initial vendors recommended for award. Additionally, the Recommendation for Award added rejected vendors, Information Consultants, Inc. and Crown Services, Inc., in the secondary posting and simultaneously recommended Cochhbha Enterprises, Inc., TECKpert, LLC, and VGreen Enterprises LLC for award. On September 9, 2021, the Purchasing Division notified Information Consultants, Inc. of the recission of the initial Recommendation for Award and posting of the secondary Recommendation for Award. There was no protest or appeal filed regarding this procurement.

 

The bid validity for this project expired on June 24, 2021. The recommended vendors agreed to extend its bid validity through December 24, 2021 for Bid No. TRN2122277B1.

 

Incumbents: 4 Best Business Corporation; The Little Group DBA Exclusive Network Enterprises; and Paramont Solutions & Global Services DBA Paramont Solutions, Inc. Contract Number and Title: V2113899B1, IT Temporary Personnel Services. Contract Term: October 12, 2019 through October 11, 2020, with a 90-day extension until January 9, 2021. Expenditures to date: $2,255,527.

 

The amounts referenced in this agenda item have been rounded to the nearest whole dollar. Vendor payments will be based on the actual total bid amount. The bid tabulation reflects the actual amount of the award.

 

Source of Additional Information

Brenda J. Billingsley, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

Each requirement processed against this open-end contract will be funded by the appropriate source at the time of release.

 

Requisition No. MTD0006290