Miami-Dade Legislative Item
File Number: 111010
Printable PDF Format Download Adobe Reader  

File Number: 111010 File Type: Resolution Status: Amended
Version: 0 Reference: Control: Internal Mgmt. & Fiscal Responsibility Committee
File Name: APPROVAL OF AWARD FOR TEMPORARY EMPLOYMENT AGENCY SERVICES Introduced: 5/4/2011
Requester: Procurement Management Department Cost: Final Action:
Agenda Date: Agenda Item Number: 8O1
Notes: IB 05.04.11 [SEE 111321] Title: RESOLUTION AUTHORIZING AWARD OF COMPETITIVE CONTRACT 9432-4/16 TEMPORARY EMPLOYMENT AGENCY SERVICES IN THE AMOUNT OF $17,808,000 AND AUTHORIZING THE COUNTY MAYOR OR THE COUNTY MAYOR’S DESIGNEE TO EXERCISE CONTRACT OPTIONS, AND ANY OTHER RIGHTS CONTAINED THEREIN, AWARD SAME [SEE LEGISTAR ITEM 111321]
Indexes: AWARD OF CONTRACT
Sponsors: NONE
Sunset Provision: No Effective Date: Expiration Date:
Registered Lobbyist: None Listed


Legislative History

Acting Body Date Agenda Item Action Sent To Due Date Returned Pass/Fail

Internal Mgmt. & Fiscal Responsibility Committee 6/14/2011 3U Amended
REPORT: Note: See Agenda Item 3U Amended, Legislative File No. 111321 for amended version.

County Manager 6/8/2011 Assigned County Attorney 6/8/2011
REPORT: Changes to the memo has been swaped out.

County Attorney 5/10/2011 Assigned Hugo Benitez 5/27/2011

County Manager 5/4/2011 Assigned Wendi Norris 5/4/2011

County Manager 5/4/2011 Assigned County Attorney 7/7/2011
REPORT: DPM; Commission Sponsorship is not required; Pending Committee Assignment; Assistant County Attorney Hugo Benitez

Legislative Text


TITLE
RESOLUTION AUTHORIZING AWARD OF COMPETITIVE CONTRACT 9432-4/16 TEMPORARY EMPLOYMENT AGENCY SERVICES IN THE AMOUNT OF $17,808,000 AND AUTHORIZING THE COUNTY MAYOR OR THE COUNTY MAYOR�S DESIGNEE TO EXERCISE CONTRACT OPTIONS, AND ANY OTHER RIGHTS CONTAINED THEREIN, AWARD SAME

BODY
WHEREAS, the Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference,

NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves the award of contract 9432-4/16: Temporary Employment Agency Services, in the amount of $17,808,000, in substantially the form attached hereto and made a part hereof, and authorizes the County Mayor or County Mayor�s designee to exercise contract options, and any other rights contained therein.

HEADER
Date:

To: Honorable Chairman Joe A. Martinez
and Members, Board of County Commissioners

From: Alina T. Hudak
County Manager

Subject: Recommendation for Approval to Award: Temporary Employment Agency Services

STAFF RECOMMENDATION
RECOMMENDATION

It is recommended that the Board of County Commissioners approve award of this contract to the vendors listed below, to provide temporary employment agency services to various County departments. This contract is a consolidation of three contracts, Temporary Clerical Personnel Services, Temporary Technical Personnel Services, and Personnel Agency Services.

CONTRACT NUMBER: 9432-4/16

CONTRACT TITLE: Temporary Employment Agency Services

TERM: One year with four, one-year options-to-renew

APPROVAL TO ADVERTISE: October 19, 2010

METHOD OF AWARD: Up to three responsive and responsible bidders offering the lowest price per group.

PREVIOUS CONTRACTS
AMOUNT: $ 28,048,000 for an eighteen month period.
(This is a consolidation of 3 contracts; 2 contracts for a
12-month period and 1 contract for an 18-month period))

CONTRACT AMOUNT: $ 17,808,000 for a one year term.

USING/MANAGING AGENCIES
AND FUNDING SOURCES:

Department Allocation Funding Source Contract Manager

Animal Services $ 325,000 General Fund/ Angel Villarreal
Proprietary Funds

Building and Neighborhood $ 500,000 General Fund/ Stanley Krafick
Compliance Proprietary Funds

Community Action Agency $ 3,589,000 Federal Funds/ Shirley Almeida
Grant Funds

Office of the Clerk $ 2,080,000 Clerk�s Revenue Dee Harvard

Capital Improvements $ 12,000 Proprietary Funds Eugene Codner

Citizens� Independent $ 10,000 PTP Surtax Marlene Amaro
Transportation Trust


Corrections and Rehabilitation $ 80,000 General Fund Mohammed Haq

Consumer Services $ 9,000 General Fund/ Mayra Beltran
Proprietary Funds

Economic Advocacy Trust $ 13,000 General Fund Angela Vaughns

Elections $ 100,000 General Fund John Clauser

Emergency Management $ 40,000 General Fund/ Pamela Broaster-Doyle
Grant Funds

Environmental Resources $ 100,000 Proprietary Funds Manuel Almuina

Human Resources $ 302,000 General Fund Edsel Abreu

Enterprise Technology Services $ 350,000 Internal Service Manny Fernandez
Management Funds

Finance $ 345,000 Proprietary Funds Armando Fresnedo

Fire Rescue $ 1,202,000 Fire District/ Marianela Betancourt
General Fund/
Grant Funds

Government Information Center $ 490,000 General Fund Deborah Dean

General Services Administration $ 1,194,000 Internal Service Clayton Baptiste
Funds

Public Housing Agency $ 1,275,000 Federal Funds Mari Saydal-Hamilton

Housing Finance Authority $ 5,000 Proprietary Funds Giraldo Canales

Human Services $ 1,525,000 General Fund/ Kyra King
Grant Funds

Library System $ 10,000 Library District Amir Ali

Medical Examiner $ 93,000 General Fund Theresa Bryant

Office of Sustainability $ 35,000 Proprietary Funds Lisa Klopp

Property Appraisal $ 412,000 General Fund Gloria Lampley

Police $ 136,000 General Fund Laura Romano

Procurement Management $ 100,000 Proprietary Funds Marcia Casamayor

Park and Recreation $ 200,000 General Fund/ Yolanda Fuentes-Johns
Proprietary Funds

Public Works $ 750,000 General Fund/ Ruth Rodriguez
PTP Surtax/
Proprietary Funds

Planning and Zoning $ 25,000 General Fund/ Manuel Blanco
Proprietary Funds

Seaport $ 191,000 Proprietary Funds Phillip Rose

Solid Waste Management $ 714,000 Proprietary Funds Olga Espinosa-Anderson

Transit $ 100,000 MDT Operating Funds Angel Castro

Vizcaya $ 20,000 Proprietary Funds Luis Correa

Water and Sewer $ 1,476,000 Proprietary Funds Gregory Hicks

TOTAL $ 17,808,000



DPM CONTRACTING
OFFICER: Martha Perez-Garviso, Department of Procurement Management

VENDORS RECOMMENDED
FOR AWARD: The following Groups are being awarded: Group A - Clerical Positions; Group B - Clerk 4; Group C - Maintenance Related; Group D - Food Service; Group E - Driver Attendant and Other Positions; Group F - Data Entry; Group G � Administrative; Group H - Office Support Specialist; Group I - Professional; Group J - Child Related; Group K - Construction Related; Group L - Information Technology; Group M - Miscellaneous; Group N - Carpenter and Other Positions; Group O - Auto Equipment Operator 2 and Other Positions; Group P � Miami- Dade Housing Agency Administrative; Group Q � Miami-Dade Housing Agency Construction Related; and Group R - Pre-Qualification Of Bidders.

Awardee(s) Address Principal Award

Alpha 1 Staffing Search Firm, LLC 3350 SW 148 Ave. Suite 110 Garrie Harris Primary: Group A, F, G,H, K, N, O
(Non-Local Vendor) Miramar, FL 33027 Secondary: Group B, C, D, E
Tertiary: Group I, J


Alpha Omega Temporary Services, Inc.
(Local-Vendor) 6073 NW 167 Street Suite C10 Babatunde Akani Secondary: Group Q
Miami Lakes, FL 33015 Tertiary: Group O

Adelante Staffing Services, Inc. 3850 SW 87 Ave. Suite 202 Leslie Mousel-Nunez Primary: Group C,D,E, J, M, Q
(Local Vendor) Miami, FL 33165 Secondary: Group F
Tertiary: Group A, B, H

Deanna Enterprises/ 2125 Biscayne Blvd. Suite 205 Veldrin Freemon Primary: Group I
DBA A1A Employment Miami, FL 33137 Tertiary: Group K
(Local Vendor)

Adil Business Systems, Inc. 2501 S. Ocean Dr. Suite C205 Chachra Sushil Tertiary Group C
(Non-Local Vendor) Hollywood, FL 33019

Careers, USA 6501 Congress Ave. Suite 200 Marilyn Ounjan Secondary: Group M

(Non-Local Vendor) Boca Raton, FL 33487

GDKN Corp. 1779 N. University Dr. Suite 102 Jay Narang Primary: Group P
(Non-Local Vendor) Pembroke Pines, FL 33024 Secondary: Group H
Tertiary: Group N


Guillaume Group, LLC 4699 N. State Rd. 7 Suite S Jean Guillaume Primary: Group B
(Non-Local Vendor) Tamarac, FL 33319 Secondary: Group A

Eagle Resource Group, 5775 Glendrige Dr. Ganesh Persaud Secondary: Group L, P
Inc. (Non-Local Vendor) Sandy Springs, GA 30328 Tertiary: Group F, M

Ideal Personnel Services, 139 NE 1 St. Penthouse #22 Rebecca Martinez Tertiary: Group L
LLC (Local Vendor) Miami, FL 33132



PackPlus Inc. 633 N.E. 167 St. Suite 620 Joseph Obadeyi Primary: Group L
(Local Vendor) North Miami Beach, FL 33162 Secondary: Group G, I, K, N,O
Tertiary: Group E, Q
Westaff (USA), Inc. 419 West 49 Street Suite 111 Paul Sorensen Secondary: Group J
(Local Vendor) Hialeah, FL 33012

Tri-State Employment Services, Inc. 160 Broadway Suite #15 Floor Robert Cassera Tertiary: Group G, P
(Non-Local Vendor) New York, NY 10038

Vestigo Staffing, LLC 8300 NW 53 Rd. Suite 350 Adan Brown Tertiary: Group D
(Local Vendor) Miami, FL33166

Active Staffing Hialeah, LLC 468 West 29 Street Elliot Elzwig Group R - Pre-Qualification of Bidders
(Local Vendor) Hialeah, FL 33012

Pulmonary Exchange LTD, Incorporated 2021 NE 171 Street, Suite 511 Sylvia Kalinsky Group R - Pre-Qualification of Bidders
(Local Vendor) North Miami Beach, FL 33162

Manpower International, Inc. 100 Manpower Place. Mark Vachalek Group R - Pre-Qualification of Bidders
(Non-Local Vendor) Milwaukee, WI 53212

Total Connection, Inc. 20451 NW 2 Ave. Suite 120 Joseph Orukotan Group R - Pre-Qualification of Bidders
(Local) Miami, FL 33169

Skilled Staffing, LLC 3080 SW 44 CT. Susan M. Shanahan Group R - Pre-Qualification of Bidders
(Non-Local Vendor) Ft. Lauderdale, FL 33312

Tech Nerds, LLC 17637 SW 20 St. Robert Collins Group R - Pre-Qualification of Bidders
(Non-Local Vendor) Miramar, FL 33029

Lindsay Group, Inc. 5601 Powerline Rd. Suite 206 Carolyn A. Childs Group R - Pre-Qualification of Bidders
(Non-Local Vendor) Ft. Lauderdale, FL 33309

Career Xchange, Inc. 10689 N. Kendall Dr. Suite 209 Suzanne Hodes Group R - Pre-Qualification of Bidders
(Local Vendor) Miami, FL 33176

Atrium Personnel/DBA Transhire 3601 W. Commercial Blvd. Scott Rasbach Group R - Pre-Qualification of Bidders
(Non-Local Vendor) Ft. Lauderdale, FL 33309

Fulltime Creatives/ 11700 Melaleuca Way Joseph Lopez Group R - Pre-Qualification of Bidders
DBA Qualified Creatives Cooper City, FL 33026
(Non-Local Vendor)

M.E.C. Personnel Consultants, Inc. 2645 Executive Park Dr. George Opitz Group R - Pre-Qualification of Bidders
(Non-Local Vendor) Suite 110
Weston, FL 33331

Abacus Management Services 11166 Fairfax Blvd. Suite 402 Urvi Katharia Group R - Pre-Qualification of Bidders
(Non-Local Vendor) Fairfax, VA 22030

Impact Solutions Consulting, Inc. 1701 Barrett Lakes Blvd. Russell Forcie Group R - Pre-Qualification of Bidders
(Non-Local Vendor) Suite 200
Kennesaw, GA 30144

VENDORS NOT RECOMMENDED
FOR AWARD:

Proposer(s) Reason for Not Recommending

AMG A Management Group, Inc. Non-responsible. (See information in Performance/ Compliance Data)
18441 NW 2 Ave. Suite 217
Miami Gardens, FL 33619
(Local Vendor)


DCR Workforce Solutions Non-compliance with vendor registration requirements. Vendor may be added to contract upon compliance.
660 Linton Blvd. Suite 218-C
Delray Beach, FL 33444
(Non-Local Vendor)

Labor Ready Southeast, Inc. Non-compliance with contractual documentation requirements. Vendor may be added to contract upon compliance.
1200 South Pine Island Rd.
Plantation, FL 33324
(Non-Local Vendor)

Royal Regions, Inc. Non-responsible. (See information in Performance/ Compliance Data)
1031 NW 202 Street
Miami, FL 33169
(Local Vendor)

Trena's Executive Staffing, Inc. Non-responsible. (See information in Background)
827 NW 62 St. Building B
Miami, FL 33150
(Local Vendor)



PERFORMANCE/ COMPLIANCE
DATA: AMG - A Management Group, Inc. (AMG):
During the review of the documents submitted by AMG, staff learned that this firm has the same principal owners as AMS - A Personnel Management Service Corporation (AMS) and both companies share the same local address. AMS previously defaulted on multiple Miami-Dade County contracts for temporary personnel services.

On September 8 2005, the County terminated AMS from contract EM5164-1/06 (Temporary Laborers, Waste Collectors) for failure to maintain required worker�s compensation insurance. The secondary vendor (Ocean Crown Environmental) was awarded the contract to provide the services for the remainder of the contract term and succeeding option to renew term.

On April 20, 2009 AMS advised the County that it intended to temporarily suspend contracted services due to financial difficulties. At that time, the company was providing temporary personnel services under four separate contracts (EPP5358-4/10-3, Temporary Nursing Personnel; 6181-4/10-2, Temporary Technical Personnel Services; 5682-3/10-1, Temporary Agency Services; and 5165-4/12-1, Temporary Laborers, Unskilled). AMS was unable to pay its employees assigned to several County departments. On May 7, 2009 the County defaulted AMS due to its non-compliance with the Living Wage Ordinance requirements.

Approximately 142 employees were affected by the AMS default in 2009. The County paid owed wages to 142 AMS employees providing temporary services to the County. In order for the County to be able to provide payment to the 142 employees, the Department of Procurement Management, in cooperation with the Finance Department, had to establish the 142 employees as temporary Miami-Dade County employees. The County provided wages for a two month period until secondary vendors were contracted to fill the position in the groups previously held by AMS.

On June 19, 2009, AMS reimbursed the County $153,387.07 for back wages paid by the County to AMS� employees working in County departments.

Royal Regions, Inc.

During the review of the documents submitted by Royal Regions, Inc., staff learned that this firm has the same principal owner as Ocean Crown Environmental, Inc. (Ocean Crown) and both companies share the same local address. Ocean Crown was previously awarded contract EM5164-1/06-1 for Temporary Laborers, Waste Collectors, which expired on September 30, 2006.

On February 27, 2007 Ocean Crown was cited for violations of the Living Wage Ordinance. This violation impacted approximately 105 temporary employees. On September 14, 2007 Ocean Crown was informed that it had been placed in inactive status due to unpaid worker�s compensation claims. In December 2009, the County directly paid the affected temporary employees a total of $56,855.64, to satisfy Ocean Crown�s non-compliance with the Living Wage and worker�s compensation requirements. The County offset the payment of $56,855.64 by deducting funds from monies owed to Ocean Crown.

Deanna Enterprises Inc./DBA A1A Employment of Miami

Deanna Enterprises Inc./DBA A1A Employment of Miami (A1A) was an awarded vendor under contract E7911-0/05 for Temporary Clerical Employment services. The Small Business Development Department, (SBD) conducted a payroll audit of A1A�s records and issued the firm a violation for underpayment to employees in the amount of $1,428.25. This violation was satisfied and closed on May 5, 2006.

Tri-State Employment Service, Inc.

Tri-State Employment Services (Tri-State) was an awarded vendor under contracts 6181-4/10 and 1099-3/07 for Temporary Clerical and Technical Employment Services respectively. On May 11, 2005, Tri-State was cited with a violation for underpayment of employees. Tri-State satisfied this violation. On April 7, 2006, Tri-State failed to respond to requests from SBD to provide compliance information. The vendor subsequently complied with SBD�s request.

REVIEW COMMITTEE DATE: August 18, 2010

CONTRACT MEASURES: The Small Business Enterprise Bid Preference was applied in accordance with the Ordinance for Groups A, C, D, E, F, G, H, I, J, K, L, M, N, and O. Group B is set aside for Small Business Enterprises. No measures were applied to Groups P and Q due to use of Federal Funding.

The Small Business Enterprise Bid Preference will be applied in accordance with the Ordinance for Group R, where permitted by funding source.

LIVING WAGE: Living Wage was applied in accordance with the Ordinance for the affected Groups.

USER ACCESS PROGRAM: The User Access Program provision will apply to Groups A through O, and Group R (where permitted by funding source). The 2% program discount will be collected on all purchases for those Groups, where applicable. No user access fees will be applied to Groups P and Q due to use of Federal Funding.

LOCAL PREFERENCE: The Local Preference Ordinance was applied to the affected groups.

ESTIMATED CONTRACT
COMMENCEMENT DATE: Upon approval by the Board of County Commissioners and expiration of the Mayoral veto period.

MANAGER'S BACKGROUND
BACKGROUND
The purpose of this solicitation is to establish a contract for a temporary employment agency services for several County departments. Temporary staff support operational needs of various County departments, on an as needed basis. This solicitation consolidates three existing temporary personnel contracts for clerical and technical services.

Eighteen bid groups are established in the solicitation: Groups A through H provide personnel to various County departments for positions covered under the Living Wage Ordinance; Groups I through O provide personnel to various County departments for positions not covered under the Living Wage Ordinance; Group P provides personnel for Miami-Dade Public Housing Agency (MDPHA) positions covered by the Living Wage Ordinance; and Group Q provides personnel for MDPHA positions not covered under the Living Wage Ordinance. Group R establishes a pool of pre-qualified bidders who will be invited to participate in spot market quotes for temporary employment services positions not included in the solicitation.

The combined allocation amount requested by the departments averages approximately 26.31 percent less when compared to existing allocations. The majority of departments have projected a decrease in usage of temporary employees. However, some departments may experience an increase in the usage of temporary employees due to County staff reductions and the need for departments to maintain certain existing core operations. The Department of Procurement Management verified with the Office of Strategic Business Management to ensure the allocated funds are approved and included in the departmental budgets.

On January 28, 2011, meetings were held with AMG and Royal Regions, Inc. to discuss previous violations by AMS and Ocean Crown Environmental. During these meetings both vendors were given an opportunity to explain the prior history of contract deficiencies with the County, and detail the strategies now in place to prevent recurrence.

During these meetings neither company presented evidence that the violations of the past contracts would be avoided. Additionally, both companies expressed their intent to use factoring companies as a means of financial support. Subsequent to the responsibility meetings, and after reviewing information on the prior violations and non-performances, both vendors were deemed non-responsible and are not recommended for award.

Trena�s Executive Staffing, Inc. is not recommended for award because the vendor lacks the financial, managerial, and organizational capacity to ensure successful contract performance and has been deemed to be a non-responsible vendor.
The provisions of the Local Preference Ordinance required that best and final offers (BAFOs) be conducted among several vendors for Groups C, D, E and J. All vendors who participated in the BAFO submitted lower pricing than their original bid.




___________________________________________
Assistant County Manager



Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2026 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2026 Miami-Dade County.
All rights reserved.