Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-26904 34.       
Meeting Date: 06/05/2018  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO APPROVE reduction of insurance requirements as established in Bid No. W2114718B1 for Temporary Nursing Personnel Services, for Auto Liability from $1 million to $500,000, Employer's Liability from $1 million to $500,000, and Professional Liability from $5 million to $1 million per occurrence, to align with industry standards.

ACTION:  (T-10:26 AM)  Approved.
 
VOTE: 6-0.  Commissioners Geller, Holness and Sharief were not present.

B. MOTION TO AWARD open-end multiple award contracts to low responsive, responsible bidders, First Care Home Services, Inc., Cochhbha Enterprises, Inc. dba CEI Staffing and Florida One Care LLC dba Brightstar Care, for Temporary Nursing Personnel Services, Bid No. W2114718B1, for the Broward Addiction and Recovery Center Division (BARC), in the annual estimated amount of $328,480 and authorize the Director of Purchasing to renew the contract for two one-year periods, for a three-year potential estimated amount of $985,440. The initial contract period begins on date of award and terminates one year from that date, contingent upon the receipt and approval of Business Associate Agreements and authorize the County Administrator and Clerk to execute same.

ACTION:  (T-10:26 AM)  Approved.
 
VOTE: 6-0.  Commissioners Geller, Holness and Sharief were not present.
Why Action is Necessary
A. In accordance with the Broward County Procurement Code, Section 21.30.f.1(c), the Board may waive a minor or non-substantive lack of conformity in the submission of bid requirements considered a technicality or irregularity.

B. In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases exceeding $250,000 per annum or $400,000 in a multi-year period.
What Action Accomplishes
A. Allows for award of contract.

B. Provides an open-end contract for temporary nursing personnel services on an as needed basis for BARC.
Is this Action Goal Related
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE HUMAN SERVICES DEPARTMENT/BROWARD ADDICTION AND RECOVERY CENTER DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

The Office of Economic and Small Business Development did not establish goals for this procurement for Small Business Enterprises under the Sheltered Market Program, or assign County Business Enterprise participation goals (Exhibit 2).

The purpose of this contract is to provide temporary nursing personnel services for Broward Addiction and Recovery Center Division (BARC). Firms will provide temporary nursing personnel services for various positions. The vendor will provide personnel who have been prescreened for eligibility to work in the United States. Candidates must meet the qualifications and have the knowledge, formal education, training, licenses, skills and abilities as outlined in the solicitation.

The Director of Purchasing recommends waiving, as a non-substantive irregularity, the requirement for Auto Liability from $1 million to $500,000, Employer's Liability from $1 million to $500,000, and Professional Liability from $5 million to $1 million per occurrence. After further evaluation, Risk Management has determined that the revised insurance requirements for Auto Liability and Employer Liability were acceptable for this procurement. Risk Management has reviewed and approved the certificate of insurance provided by First Care Home Services, Inc., Cochhbha Enterprises, Inc. dba CEI Staffing and Florida One Care LLC dba Brightstar Care.  This waiver does not adversely affect the interests of the County nor impact any other solicitation.

The Director of Purchasing has determined the low bidder, Royal Regions Incorporation, to be non-responsive to the bid requirements. Royal Regions Incorporation did not meet the criteria of having a minimum of three years’ experience as a supplier of nursing services in a governmental or other like agency, and did not meet the criteria of having nursing staff with two years of nursing experience and at least six months in substance abuse, correctional or behavioral health nursing.

Award of this contract may be made to the three lowest priced responsive, responsible vendors; however, it is the intent of the County to place orders with the lowest priced vendor per line item. Individual line item awards and subsequent assignments of nursing personnel services will be extended to the vendor offering the lowest hourly rate for the position required. The lowest priced vendor will be designated as the primary vendor per line item; the next low vendor will be designated as the secondary vendor per line item; and the third low vendor will be designated as the tertiary vendor per line item (Exhibit 5).

BARC has reviewed the bids submitted by the bidders and concurs with the recommendation for award (Exhibit 3). One performance evaluation was completed for Cochhbha Enterprises, Inc. dba CEI Staffing; the firm has a rating of 4.27 out of a possible 5. Copies of the vendor performance evaluations are available upon request. No performance evaluations were completed for First Care Home Services, Inc. and Florida One Care LLC dba Brightstar Care.

The purchasing agent has researched the prices submitted by the recommended bidders, First Care Home Services, Inc., Cochhbha Enterprises, Inc. dba CEI Staffing, Florida One Care LLC dba Brightstar Care, and has determined that the prices submitted are fair, reasonable and aligned with market analysis for the industry in comparison to the previous Broward County contract (Exhibit 4).

Broward County Enterprise Technology Services Division (ETS) has reviewed the requirements for this contract. Based on the Agency Security Questionnaire, ETS recommends the Business Associate Agreements be required (Exhibit 6).  BARC will arrange for the Business Associate Agreements to be executed by all parties involved.

The amounts referenced in this agenda item were 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.

Incumbents:
Cochhbha Enterprises, Inc. dba CEI Staffing, Albion Healthcare Staffing Inc., and Delta-T Group, Inc. Contract Number and Title: L1344003B1, Temporary Services Health Professionals. Contract Term: October 27, 2015 through October 26, 2017, with a 90-day extension until January 26, 2018. The Director of Purchasing approved interim contract L1344003X1 through May 26, 2018. Expenditures to date: $541,292.

The bid validity for this project expired on December 2, 2017. First Care Home Services, Inc., Cochhbha Enterprises, Inc. dba CEI Staffing, Florida One Care LLC dba Brightstar Care agreed to extend its bid validity through June 15, 2018 for Bid No. W2114718B1.

There was no protest or appeal filed regarding this procurement.

The bid posted on July 24, 2017 and opened on August 2, 2017; nine bids were received with no declinations (Exhibit 1).
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. ARC0000598
Attachments
Exhibit 1 - Bid Tabulation
Exhibit 2 - OESBD Goal Memorandum dated January 18, 2017
Exhibit 3 - User Concurrence Memoranda signed September 29, 2017 and March 20, 2018
Exhibit 4 - Price Analysis
Exhibit 5 - Award Criteria
Exhibit 6 - ETS Security and Compliance Memorandum


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.