File #: 23-777   
Status: Agenda Ready
In control: FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT
Agenda Date: 6/6/2023 Final action: 6/6/2023
Title: A. MOTION TO AWARD open-end contracts to low responsive, responsible bidders: 4 Best Business Corp. dba 4BBCorp (Primary Vendor for Groups 1 - White Collar and 3-Accountant) and WolfCreek Consulting, Inc. (Primary Vendor Group 2 - Blue Collar) for Temporary Personnel Services, Bid No. GEN2124965B1, in the initial one-year estimated amount of $2,579,151, and authorize the Director of Purchasing to renew the contracts for four one-year periods, for a five-year potential estimated amount of $12,895,755. ACTION: (T-10:54 AM) Approved. VOTE: 9-0. B. MOTION TO AWARD open-end contracts to second and third lowest responsive, responsible bidders to provide Temporary Personnel Services when the Primary Vendors are unable to perform: Group 1, WolfCreek Consulting, Inc. (Secondary Vendor); Group 2, 4 Best Business Corp. dba 4BBCorp (Secondary Vendor), The Remas Staffing Company LLC (Tertiary Vendor); Group 3, The Remas Staffing Company LLC (Secondary Vendor), WolfCreek Consulting, Inc. (Tertiar...
Attachments: 1. Exhibit 1 - Bid Tabulation, 2. Exhibit 2 - OESBD Goals Memorandum, 3. Exhibit 3 - User Concurrence of Award Form dated May 22 23, 4. Exhibit 4 - 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

A. MOTION TO AWARD open-end contracts to low responsive, responsible bidders: 4 Best Business Corp. dba 4BBCorp (Primary Vendor for Groups 1 - White Collar and 3-Accountant) and WolfCreek Consulting, Inc. (Primary Vendor Group 2 - Blue Collar) for Temporary Personnel Services, Bid No. GEN2124965B1, in the initial one-year estimated amount of $2,579,151, and authorize the Director of Purchasing to renew the contracts for four one-year periods, for a five-year potential estimated amount of $12,895,755.

 

ACTION: (T-10:54 AM) Approved.

 

VOTE: 9-0.

 

B. MOTION TO AWARD open-end contracts to second and third lowest responsive, responsible bidders to provide Temporary Personnel Services when the Primary Vendors are unable to perform: Group 1, WolfCreek Consulting, Inc. (Secondary Vendor); Group 2, 4 Best Business Corp. dba 4BBCorp (Secondary Vendor), The Remas Staffing Company LLC (Tertiary Vendor); Group 3, The Remas Staffing Company LLC (Secondary Vendor), WolfCreek Consulting, Inc. (Tertiary Vendor); and authorize the Director of Purchasing to renew the contracts for four one-year periods.

 

ACTION: (T-10:54 AM) Approved.

 

VOTE: 9-0.

 

body

Why Action is Necessary

In accordance with Broward County Procurement Code Section 21.47 (a), Award and Execution Authority, the Board shall make all awards, and authorize the execution of the associated contracts, with a value more than $500,000, inclusive of the value of any renewals or extensions provided for in the contract.

 

What Action Accomplishes

Provides for open-end contracts for temporary personnel services for the Human Resources Division and various other Broward County agencies that may have a need for these services.

 

Is this Action Goal Related

No

 

Previous Action Taken

None

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE HUMAN RESOURCES DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.

 

The Office of Economic and Small Business Development (OESBD) designated this project as a reserved project for County Business Enterprise (CBE) firms. OESBD reviewed the 34 submitted bids and their CBE certification eligibilities at the time of bid opening and confirmed the following: five vendors are certified CBEs; 11 vendors are Non-CBEs and submitted Letters of Intent; therefore, those 11 vendors are in compliance with the CBE reserve requirements; 18 vendors are Non-CBEs and did not submit Letters of Intent; therefore, those 18 vendors are non-compliant to the CBE reserve requirements (Exhibit 2).

 

These open-end contracts provide for temporary personnel services for the Human Resources Division and various other Broward County agencies that may have need for these services.

 

In accordance with the Broward County Living Wage Ordinance Section 26.102, these are covered services. All recommended vendors have agreed to be bound to the contractual obligations of the Living Wage Ordinance.

 

In accordance with the Broward County Workforce Investment Program, Broward County Administrative Code Section 19.211, these services are subject to the Workforce Investment Program. All recommended vendors have agreed to be bound to the contractual obligations of the Workforce Investment Program.

 

The Director of Purchasing determined that the low Non-CBE bidder, Enterprise Solutions, Inc., was nonresponsive to the pricing requirements, due to the vendor’s request to amend its submitted unit prices to account for current rates as per the Living Wage Ordinance.

 

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 for each solicited group: Group 1 - White Collar, Group 2 - Blue Collar, and Group 3 - Accountant. The primary contract will be awarded the low responsive, responsible vendor; the second lowest responsive, responsible vendor will be designated as the secondary vendor; the third lowest responsive, responsible vendor will be designated as the tertiary vendor. Purchase Orders issued under the Secondary Contract will be issued 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 to meet County's service timeframes. If the Secondary Vendor is determined to be unable to meet the County’s needs, purchase orders will be issued under the Tertiary Contract. The Tertiary vendor for Group 1 is under the delegated award authority and will be awarded by the Director of Purchasing.

 

The Human Resources Division has reviewed the bids submitted by Primary Vendors for each group, 4 Best Business Corp. dba 4BBCorp (Groups 1 and 3) and WolfCreek Consulting, Inc. (Group 2), and concurs with the recommendation for award (Exhibit 3). Four vendor performance evaluations have been completed for 4 Best Business Corp. dba 4BBCorp; the firm has an overall performance rating of 4.31 out of possible rating of 5. There are no vendor performance evaluations for WolfCreek Consulting, Inc.

 

The prices submitted by the recommended bidders, 4 Best Business Corp. dba 4BBCorp and WolfCreek Consulting, Inc., have been determined to be fair and reasonable by the Human Resources Division; and in comparison to pricing on the previous Broward County contract (Exhibit 4).

 

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.

 

Incumbent: Group 1 (White Collar) - 4 Best Business Corp dba 4BBCorp (primary vendor), Cochhbha Enterprises, Inc., dba CEI Staffing (secondary vendor) and RCAN DON’T QUIT Corp. d/b/a Pride staff (tertiary vendor). Group 2 (Blue Collar) - 4 Best Business Corp dba 4BBCorp (primary vendor), Cochhbha Enterprises, Inc., dba CEI Staffing (secondary vendor) and Albion Healthcare Staffing, Inc. (tertiary vendor). Group 3 (Accountant) - Cochhbha Enterprises, Inc. dba CEI Staffing (primary vendor), 4 Best Business Corp dba 4BBCorp (secondary vendor) and Albion Healthcare Staffing, Inc. (tertiary vendor). Total expenditures to date: $5,620,198.

 

The bid posted on November 18, 2022 and opened on December 9, 2022; 34 bids were received with six declinations (Exhibit 1).

 

The Recommendation for Award will be posted on the Purchasing Division website from May 23 - 30, 2023. The Award of these contracts is contingent upon there being no protest or appeal filed regarding this procurement.

 

Bid validity extensions from all recommended bidders were secured through August 1, 2023.

 

The initial contract period shall begin upon award and will terminate one year from that date.

 

Source of Additional Information

Robert E. Gleason, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

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

 

Requisition No. HRS0000596