HomeMy WebLinkAboutR-92-0638J-92-664
9/16/92
RESOLUTION NO. 9 2 - 638
A RESOLUTION APPROVING THE CHIEF PROCUREMENT
OFFICER'S DECISION TO REJECT THE PROTEST OF
THE OCCUPATIONAL MEDICAL CENTER, IN
CONNECTION WITH REQUEST FOR PROPOSALS
NO. 91-92-073, TO PROVIDE PHYSICAL
EXAMINATIONS, AS IT HAS BEEN DETERMINED TO BE
WITHOUT MERIT.
WHEREAS, on April 24, 1992, the City of Miami advertised a —
Request for Proposals (RFP) to provide physical examinations; and
WHEREAS, on May 11, 1992, the City of Miami received six (6)
responses to said RFP; and
WHEREAS, after review, the City recommended to award Mt.
Sinai Medical Center as the most responsive proposer; and
WHEREAS, on June 11, 1992, The Occupational Medical Center,
one of the proposers, protested said recommendation for award;
and
WHEREAS, The Chief Procurement Officer, pursuant to
Section 18-56.1 of the City Code, in her role as arbiter,
investigated the matter and determined that The Occupational
Medical Center's, protest was without merit and has rejected the
protest; and
WHEREAS, the City Manager and the City Attorney concur with
and approve the finding of the Chief Procurement Officer and
recommend rejection of the protest filed by The Occupational
Medical Center;
CITY COMHUSSION
MEETING OF
0 C T 0 8 1992
Resolution No.
92-- 638
{' NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The Chief Procurement Officer's decision to
reject the protest from The Occupational Medical Center, in
connection with RFP No. 91-92-083, for physical examinations, is
hereby approved.
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 8th day of OctObe?- 1992.
ATTE
MATTY HIRAI
CITY CLERK
PREPARED AND APPROVED BY:
CARMEN L. LEON
ASSISTANT CITY ATTO Y
CLL/rma/bss/M3156
ER L.
Zr MAYOR
APPROVED AS TO FORM AND
CORRECTNESS:
// i. , , //��O �i
Q • � - 0 .1
��
,,
=M1 - 2 - 92- 688
CITY 0P MIAMI, FLORIDA
17
INTER -OFFICE MEMORANDUM
TO: Honorable Mayor and Members DATE w FILE
of the City Commission i i992 2
SUBJECT : Resolution of Protest
to Provide Physical
,• ..tom
Examinations
FROM : • REFERENCES:
Cesar H. Odi
City Manager ENCLOSURES
It is respectfully recommended that the City Commission adopt the
attached resolution approving the Chief Procurement Officer's
decision to reject The Occupational Medical Center's protest, in
connection with RFP No. 91-92-073, to provide physical
examinations to the City of Miami.
On May 11, 1992, six (6) proposers responded to the City's
Request for Proposals (RFP) for the above noted service. City
staff evaluated the proposals and determined that the proposal
that was most advantageous was received from Mt. Sinai Medical
Center and recommended that vendor for award of contract.
The Occupational Medical Center, one of the proposers, protested
this recommendation for award.
Pursuant to Section 18-56.1 of
Procurement Officer investigated th
Attachments:
Proposed Resolution
Copy of Protest Letter
e
92- 638
� 17,I
f,
CITY OF MIAMI, PLOA10A
INTER -OFFICE MEMORANDUM
t Cesar H. Odio, City Manager July 7, 1992
° A. Quinn Jones III, City Attorney BATE : FIDE
Protest on Physical
i sua,ECT Examinations,
i Bid No. 91-92-073
I Judy S. Ca
�QOM REFERENCES:
Chief Pr u ment Off' er
bepartm o G eral Services
i and Soli a e ENCLOSURES:
I hereby request your approval of my rejection of the protest by
The Occupational Medical Center, in connection with the above
noted bid.
The basis for my decision, as set forth in the attached letter,
is the fact that The Occupational Medical Center's protest has no
merit.
APPROVED:
Cesar H. Odio, City Manager
APPROVED:
Q inn: J nes III,
ty Attorney C. L4.--
91- 638
13
#tav of t�t21tY�
RON E. WILLIAMS =
Adminwrator ���eel 0 W11 17i
w ee
July 71 1992
Mr. Randall Aderman
The Occupational Medical Center
3270 NW 36 Street
Miami, FL 33142
Dear Mr. Aderman:
CESAR H. OD10
ON Manager
As Chief Procurement Officer of the City of Miami, I received
your protest dated June 11, 1992, reviewed pertinent documents,
talked with employees and researched the issues, pursuant to my
duties under Section 16-56.1, City of Miami Code, Resolution of
Protest Solicitations and Awards.
The following is submitted in response to your letter of June 11,
1992, regarding RFP 91-92-073 for physical examinations. The
City utilized the Request for Proposals (RFP) method to procure
physical examinations. This procurement method allowed for
evaluation of proposals based on important factors/criteria,
other than price, as set forth in the solicitation. In this
instance, the relative weight of each criterion was established
and specified in the RFP document. Award is recommended to the
responsible proposer whose proposal is most advantageous to the
City, Mt. Sinai Medical Center of Greater Miami, Inc.
Issue 1 - Price
As stated above, RFP 91-92-073 was an RFP not a formal bid.
Prior to issuance of the RFP, the City established the evaluation
criteria and their relative weight, and set forth these
requirements in the RFP. Further, the point system for
evaluation was also established in advance of the solicitation.
The selection committee applied the weighted criteria
consistently and fairly to each vendor. (See attachment)
Issue 2 - Facility and Parking
The specifications stated that the service provider must have a
licensed facility to conduct the required tests and further
specified that the provider's facility to be used must be within
the City of Miami limits. The recommended service provider, Mt.
Sinai Medical Center of Greater Miami, Inc., operates a facility
at the Downtown Government Center. All facilities were evaluated
on proximity, with firms in a five (5) mile radius of the City's
Personnel Department earning maximum points. Mt. Sinai met these
requirements as its facility is located within a five (5) mile
radius of t!.e City's Personnel Department, which is located at
300 Biscayne Boulevard Way, in the Dupont Plaza Hotel.
Occupational Medical's facility is not within a five (5) mile
radius of the City's Personnel Department.
92- 638
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/Procurement Management Division
1390 N.W. 20th Street/Miami, Florida 33142/(305) 575-5174/FAX: (305) 575-5180.
Mr. Randall Adermar w�
Occupational Medic_ Center
July 7, 1992
Page 2
RFP 91-92-073
The RFP also required that parking be provided at no cost to the
employee/applicant. Mt. Sinai is in compliance with the RFP
specifications. City employees/applicants will not pay for
parking costs.
Issue 3 - Who bid the City of Miami contract?
Mt. Sinai Medical Center of Greater Miami, Inc., has several
facilities, including a facility in the Downtown Government
Center, at III NW 1st Street, which is the facility that will be
used by City employees/applicants. The service provider,
although it has its principal office in Miami Beach, met the
City's specification requirements of having a facility within the
City limits.
Based upon the foregoing, I have determined that your protest is
without merit. The City Manager and City Attorney have approved
my decision.
The resolution approving my decision to reject your protest shall
be placed on the Thursday, September 10, 1992, City Commission
agenda for consideration. The meeting will begin at 9:00 a.m.
and will be held in the City Commission Chambers, 3500 Pan
American Drive, Miami.
Sincerely,
dIfProcurement
Car er
C fficer/Assistant Director
u cc: Ron E. Williams, Administrator
Carmen L. Leon, Assistant City Attorney
Renee Jones., Personnel Management
enc.
(ep 92— 638
THE
{ OCCUPATIONAL
MEDICAL
CENTER
June 11, 1992
3270 N.W. 36th Street 0 Miami. Florida 33142 • phone: 6294449
Ms. Judy Carter
Chief Procurement Officer
City of Miami
1390 N.W. 20 Street
Miami, Florida 33142
Dear Ms. Carter:
Thank you for the opportunity to bid for the City contract
regarding Thysical examinations, RFP 91-92-073. It is my
understanding that the bid has been initially awarded to another
medical organization.
I an sure you will agree that this bid, as others may have been
in the past, is subject to individual interpretation of the
guidelines. Prior to the actual awarding of the bid, I would
like to discuss my interpretations comparing the lower two
bidders, Mt. Sinai and occupational Medical Center.
I will address the price issue, facility and experience
categories.
1. Price. A 30 point maximum was awarded to the low bidder
as noted in the attached. *Bidder #1 bid 15% more than
Bidder #2. Yet there is only a 10% point difference in the
point award. Conclusion: Bidder #1 should only have been
awarded 26.5 points as opposed to the 27 points they were
awarded.
ADDENDUM: Question - Is not $11,000 a year a substantial
amount with the monetary constraints pressing on a limited
city budget? Since the contract is for 3 years with 2 one
year extensions, the price differential may be as great as
$60,000.
2. A. Facility. Specifically this involves proximity.
Although proximity is technically defined as "nearness", for
our purpose we will expand the definition to mean the
distance and the time an employee must travel before he
enters the medical center. The bid specifies that
consideration is first provided to a location within the
City of Miami limits. Bidder #2 is without question within
the city., yet was awarded only 5 points for proximity.
Of the five facilities considered for the bid, four were
located within the City of Miami. (Assuming Mt. Sinai
Medical Center, located in the Government Center proposed
*Bidders will be noted by their numbers; ie., Mt. Sinai No. 1
and Occupational Medical Center No. 2.
� '- 638 -�
THE
OCCUPATIONAL
MEDICAL
CENTER
F�
3270 N.W. 36th Street • Miami, Florida 33142 • Phone: 635.1445
the bid.) Three of the four were awarded the maximum to
points. Understandably, the fifth facility, not located in
the City of Miami, was awarded only 5 points. Conclusion:
Since Occupational Medical Center is within the city limits
with easy accessibility, we should have been awarded the
maximum 10 points.
2 B. Parking - This bid specifies that parking must be
provided at no cost to the individual. Bidder #2 provides
ample parking at no cost. The current awardee of the bid
(providt3 Mt. Sinai Medical Center located in the government
center made the bid) does not provide free parking.
Conclusion: A maximum of 5 points should have been awarded
to the Occupational Medical Center as opposed to 2.5. In
addition, Bidder #1, Mt. Sinai Medical Center, should have
been awarded either 0 points or their complete bid rejected
due to noncompliance to the bid specifications.
3. who is actually bidding for the City of Miami contract?
Mt. Sinai Hospital, located on Miami Beach, Mt. Sinai
Medical Center, located in the government center or both as
a consortium.
A. If Mt. Sinai Hospital is making the bid, the fact that
they are located in the City of Miami Beach would reduce
their points due to proximity. Conclusion: Points
reduction, a minimum of 5 points.
B. If Mt. Sinai Medical Center, located in the government
center, is alone bidding for the contract, then 2 items of
the selection criteria need to be addressed as noted
below.
First, this facility has been in existence for less than
five years, therefore can not meet the seven year
experience requirement, thus reducing the maximum of 20
points provided.
Secondly, since there is no free parking available as
required in the bid specification, the bid must then be
rejected or at a minimum, the points reduced to 110" .
C. If the bid is a joint venture and both facilities -are
to be available for use, then you have two areas of
question regar:':eng the "facility" points awarded: First,
proximity and secondly, parking costs, both of which would
reduce the number of points currently awarded.
Is has been our goal for the past three years to obtain the City
of Miami contract for their physical examinations. Each of the
past two years all bids were rejected and the contract remained
with a hospital entity. Please note that it is my understanding
*Bidders will be noted by their numbers; ie., Mt. Sinai No. -1
and occupational Medical Center No. 2.
92- 63�'
Y1GN1
1M
OCCUPATIONAL
MEDICAL
CENTER
Ll
0
3270 N.W. 36th Street + Miami. Florida 33142 0 Phone: 635•1445
the past two years the hospital entity requested the contract be
rebil. Although there may be a minimal direct cost incurred to
rebid a contract, it is still time consuming and disruptive to
the program.
Our objective remains obtaining this contract. Y would like the
opportunity to discuss the details of this letter with you at
your convenience.
Sincerely,
kim 4Ar an
President
RMA/my
Enc.
*Bidders will be noted by their numbers; ie., Mt. Sinai No. 1
and Occupational Medical Center No. 2.
99- 638
(1}
(2)
(3)
(4)
mzY
�y
ry
c
Sigzal
CM*AW
!loaicst �Cssxtt r
M!dical c�io Or
�rnt Ccsitet
tirrsttls Gmter
townBaal
4
- - txwiftwe with gommmortaL
20
20
20
a,qwr-y (20 points)
- !t least. 7 years e:perience
217
20
�
parfocmisg pbysic3l
20
23
033rtinaucus (20 Points)
10
�
0
Pi1C0
lO
2'S
�
5
2.5
- parking
2.5
5
2.5
2_5
- raditty
5
5
2.s
?
....--
to
10
5
- Fcpipmcstt
._
70
62.5
45.
g".5
�"
aUte; tt�ct rat Mian (id
naat Beet VP �tications
F
clt
UO
-
r City of Miami
Phy.,ical Examination LvaluaticA..
Point System
la. Experience with governmental agency
7 years and up =
20
points
5-6 years =
15
points
3• 4 years =
10
points
1-2 years =
5
poii)t.s
Under 1 year -
0
points
lb. At least 7 years experience performing
employment physical
examinations
Years
7 years and up =
20
points
5-6 years -
15
points
3-4 years =
10
points
1-2 years -
5
points
Under 1 year -
0
points
2. Price
$ 74,000 - $ 84,000 -
30
points
$ 84,001 - $ 94,000 -
27
points
$ 94,001 - $104,000 -
24
points
$104,001 - $114,000 -
21
points
$114,001 - $124,000 -
18
points
$124,001 - $134,000 =
15
points
$134,001 - $144,000 =
12
points
(Less -than 12 points unacceptable)
3. Facility/Facility Location
a)
Proximity
- Within 5 mile radius of
Dept. of Personnel Mgmt.
= 10
points
- More than 5 mile radius
of Dept. of Personnel Mgmt.
= 5
points
b)
Parking
- On site parking for
approximately 20 vehicles
- 5
points
- Limited parking
- 2.5 points
c)
Facility
- Reception area for
approximately 20 individuals
_ 5
points
- Limited reception area
2.5 points
d)
Equipment
- On site back-up equipment
= 10
points
- Back-up equipment at another
facility
= 5
points
92 638