.From
Lisa Norris, Human Resources Director
Title
One-year price agreement not to exceed $450,000 annually, with four one-year renewal options, for suppliers of temporary workers as follows: AppleOne Employment Services as primary and Ad-A-Staff as secondary supplier of temporary workers in the categories of clerical, accounting and finance; and P.I.E. Management, L.L.C. as primary supplier and Gonzales Labor Systems, Inc. as secondary supplier of temporary workers in the category of general and skilled labor; and authorize the City Manager to execute the renewal options with aggregate price fluctuations of the lesser of up to $50,000 or 25% of the original maximum price so long as sufficient funding is appropriated annually in the budget process during the renewal terms
Presenter
Lisa Norris, Director of Human Resources
Recommend Action
Approve
Analysis
Bids were opened on May 14, 2014, for a one-year price agreement with the option to renew for 4 additional one-year periods for bids from temporary service agencies to provide temporary staffing services for various departments of the City of Grand Prairie as needed during the year. The persons assigned to the City (the “temps”) would be employees of the agency. The use of temporary employees plays a vital role in quickly filling voids created by absences scheduled and unscheduled, vacancies due to attrition and a readily available resource in maintaining services throughout the City. The city has an existing contract for temporary services, with all renewals to be exhausted in July 2014. While we have a "not to exceed rate" of $450,000, records pulled only show $343,000 spent between June 2012 and June 2014 for temporary services city-wide. As a result, it is likely we will not hit that maximum, but Purchasing recommended holding that not-to-exceed amount.
Agencies were notified of the RFB via normal processes as well as specific notification sent to a list of vendors that had requested notification. Twelve (12) vendors submitted responses to the City for analysis. Proposers had the flexibility to quote on any or all categories of temporary workers requested by the City in the RFB.
Each proposer was ranked on six factors through weighted percentages:
1) pricing - 35%
2) employee inventory (the ability of the bidder to provide a wide range of workers in various occupations) -20%
3) reports / reporting capability - 15%
4) response time-(ability to be able to send a resume and place a temporary within 24-48 hours of request) - 10%,
5) references - 10%, and
6) history (bidders past relationship with the City) -10%
Evaluations were performed by the Recruitment team in Human Resources. The evaluation committee used a point formula to score the bids. Based on the review, the evaluation committee recommends AppleOne Employment Services as primary and Ad-a-Staff as secondary supplier of temporary workers in the categories of clerical, accounting and finance, and recommends P.I.E. Management, L.L.C. as primary with Gonzales Labor Systems, Inc. as secondary supplier of temporary working in the category of general and skilled labor. Secondary vendors may only be used if the primary vendor: 1) cannot supply the needed temporary worker, 2) their quality of the temporary worker(s) does not meet City expectations, or 3) they are not performing to contract requirements.
The Finance and Government Committee reviewed this item on June 3, 2014 and supports the staff recommendation.
Financial Consideration
Each City Department is responsible for the funding in their own budgets of temporaries requested throughout the year. Requests are reviewed by Budget and Human Resources prior to approval. Departments must show availability of funds at the time of the request.