HomeMy WebLinkAboutR-88-0913■
J-88-918
10/6/88 §930LUTION NO.
A RESOLUTION ACCFPTTNG THE PTD OF
WORK TNJIIRIFS MFDTCAL CFNTFR, TNC.
TO PERFORM MEDICAL ASSESSMENTS OF
PROSPECTIVE AND CURRENT CITY
EMPLOYEES ON A CONTRACT PASTS TO
THE DEPARTMFNT OF PFRSONNEL
MANAGEMENT FOR SIX (6) MONTHS AT A
TOTAL PROPOSED COST OF $33,100;
ALLOCATING FUNDS THEREFOR FROM THE
1988-89 OPFRATTNG BUDGETS OF THE
DEPARTMENTS OF PERSONNEL
MANAGEMENT, POLICE. AND FIRE;
AUTHORIZING THE CHIEF PROCUREMENT
OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received June 6, 1988 for the purpose of performing medical
assessments of prospective and current employees; and
WHEREAS, eight (8) bids were received; and
WHEREAS, funds for this service are available in the 1988-89
operating budgets of the Departments of Personnel Management,
Police and Fire; and
WHEREAS, this service will be coordinated by the Department
of Personnel Management for the purpose of assessing an
applicant's or employee's medical status; and
WHEREAS, the City Manager and the Assistant City Manager for
the Department of Personnel Management recommend that the bid
received from Work Injuries Medical Center, Inc. be accepted as
the lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The June 6, 1988 bid of Work Injuries Medical
Center, Inc. for providing medical assessments on a contract
basis for six (6) months to the Department of Personnel
Management at a total proposed six (6) month cost of $33,100 is
hereby accepted with funds therefor hereby allocated from the
1988-89 operating budgets of the Departments of Personnel
Management, Police and Fire.
f"I ff",
Section 2. The City Manager is hereby authorized to
Instruct the Chief Procurement Officer to issue a Purchase Order
for this service, subject to the availability of funds.
PASSED AND ADOPTED this 6th day of Octabar ,
1988.
ATTEST:
CITY CLERK
PREPARED AND APPROVED BY:
tea,. e, a 7.
ROBERT F. MRK _ff
CHIEF DEPUTY CITY ATTORNEY
APPROVED AS
C I!Y A
EY
FORM AND CORRECTNESS:
1
q
FC �
'. T3
�2_
■#
P
BID SECURITY
Rao Physical Examinations -Personnel M mt. &all *In stttivte June 6, 1988 10:00am
87-89-101
T t OF $FCURITT
allege
?MAL
Arewl
/i L /r
Work Injuries Medical Center
Broken down by items
Occupational Heaath Servic-s
to
Fischer Medical Center
"
Cedars Mecial Center
"
Mercy Outpatient Center
"
Port of Miami Medical Center
"
Family Health Center,Inc
"
Mount Sinai Medical Center
-- •-F asnalz Pr PURCHASING DIV./PUSLI WORKS &J/' enve10pes.
SIGN s DATE: � ' 4
lssst•� abov [ 410(g/16 I clock• Nits pier
olt accowTMo omwe + a
LEGAL ADVERTISEMENT
BID NO. 87-88-101
RECEIVED
10 MAY 24 !N It 32
MA,T T Y HfRAl
Y CLERK
C+T ( 0 MAR, FLA,
Sealed bids will be received by the City of Miami City Clerk at
her office located at 3500 Pan American Drive, Miami, Florida,
33133 not later than 4fft-U0--a—.s—.—J—u—ne--6—.—PJW for the furnishing
of Physical Examinations or approx ma e y nine (9) months for
the Department of Personnel Management.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10062 established a goal of Awarding 51• of the
City's total dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 579-6380.
Detailed specifications for the bids are available upon request
at the City Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 5157
Cesar H. Odio
City Manager
r
40
■
coati ( �rlF
n() C.
REOUISITION FOR ADVERTISEMENT
DEPT'DIV.
ACCOUNT CODE
r
This number must appear
in the advertisement.
5157
' PHONE
APPROVED BY
DATE _.�._ �i .-'--_1__ '----- „ _ , _
< f
PREPARED BY
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement
Type of advertisement legal _
(Check One)
Size It '
First four words of advertisement:
(numbs of hmm)
classiW display
F
Starting date
i
Remarks: I t i
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. I
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
:11AN1
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DD
Adv. Doc Reference
VENDOR
INDEX CODE
PROJECT
11
13
17
18 2534
39
42 15
50
51 56
57 62
63 65
66 71
0
1
2
4
1
1
VIP1210121118171
1
21314
7
8 V P 12
314
15 DESCRIPTION
36
64 DISCOUNT!
72 AMOUNT 80
5
21010
2
10
1 1
f.
White - Purchasing Yellow - Finance
Approved for Payrnent
Pink - Department
of Personnel Mana6einent, Police and Fire for this service.
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members
of the City Commission
FROM Cesar H . Od i o -
City Manager,
RBCOMMBNDATION
22
DATE S E P 2 8 1988 FILE
SUS.ECT Recommendation for Resolution
and Award of Bid No. 87-88-101
(Physical Examinations)
REFERENCES
ENCLOSURES
It is recommended that the City Commission adopt a Resolution
awarding Bid No. 87-88-101 to Work Injuries Aedical Center, Inc.,
the lowest responsible and responsive bidder for the urpose of
performing medical assessments (physical examinations for the
Department of Personnel Management at a proposed annual cost of
$66,200.
BACKGROUND
Section 2-268 of the Charter and Code of the City -of Miami
mandates the Department of Personnel Management to establish and
maintain medical services which shall include a medical
examination of employees and potential employees. To fulfill
this requirement, sealed bids were received June 6, 1988. In an
attempt to combine various medical services, this bid
incorporated physical examinations (excluding Police and Fire
annual physicals) and back X-rays, EKGs, and in-depth
audiological screenings and vision testing for designated
classifications.
Based on an evaluation of the eight (6) respon-es by the
Department of Personnel hanagement, it is recommended that the
bid be awarded for a one year period to Work Injuries Medical
Center, Inc., a minority vendor. Provisions have been made
within the fiscal year 1989 operating budgets of the Departments
of Personnel Management, Police and Fire for this service.
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO William Schaut, Procurement Supv.
Procurement Management
Ge ral Sery Administration
I
FROM Ang la R. Bell y
Assistant City anager
Office of the City Manager
oAT[f September 21, 1988 nL[:
SUBJECT Bid No. 87-88-101
(Physical Examinations)
Approval
REF[R[NCES
ENCLOSURE[:
This department has verified available funding with the
Departments of Finance and Budget that FY189 funds are available
to cover the cost of the subject bid in the amount of $66,200.
Account codes:
270101-270
280201-260
290201-260
FINANCE REVIEW AND APPROVED BY:
CARLOS GARCIA, DIRECTOR
DEPARTMENT OF FINANCE
BUDGETARY REVIEW & APPROVED BY:
MANOHAR D RECT R
DEPARTME1.'SURANA,
T OF BUDGET
RSJ/jw
i
8 E�
H
ok r
0
AWARD OF 81D
Bid No. 87-88-101
ITPO Physical Examinations
DEPARTMENT: Personnel Management
TYPE OF PURCHASE: Contract for One (1) Year
REASON: Section 2-268 of the Charter and Code
of the city of Miami mandates the
Department of Personnel Management to
establish and maintain medical
services which shall include a medical
examination of employees and potential
employees.
POTENTIAL BIDDERS:
BIDS RECEIVED:
TABULATION:
FUNDS:
17
8
Attached
1988-89 Operating Budgets of the
Personnel, Police and Fire Departments
Accounts $270101-210, 280201-260,
290201-260.
MINORITY WOMAN PARTICIPATION: Invitations to Bid were sent to
ve hispanic, two black (2) and three (1) woman -owned
clinics engaged in the Physical Examinations business as
located in the following sources:
1. New Vendors Applications on file in Procurement
2. Dade County Minority Vendor Register
3. Previous bids on file in the Procurement Mgmt. Office
4. Yellow Pages Telephone Directory
Minority response consisted of one bid received from one (1)
hispanic, one (1) black and one (1) woman owned Clinics.
BID EVALUATION:
Category
Prior Bidders
Black Amer can
Hispanic American
Woman Owned
Non -Minority
New Bidders
The bids meet the specifications.
Following is an analysis of the
Invitations'to Bid:
Number of Bid Number of
Invitations Mailed Responses
1 1
2 0
1 1
4 3
Black American
1
0
Hispanic American
3
1
Woman Owned
0
0
Non -Minority
5
2
Courtesy Notifications
14
0
"No Bids"
-
2
Late Bids
A Totals
1
f i;At
Page
1 of 2
I
•
RCCOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO WORK INJURIES MEDICAL CENTER,
INC. FOR A TOTAL PROPOSED COST OF
$66,200.00.
Procurement Supervisor
-Z 3
Date
The Minority i Women Business Administrator concurs with the
above recommendation.
J�
Minority & Women Business
Administrator
S:
Date
:r
S!
� tu:
• ' }��b YP� j i �,
t
r:n
s +'
.
tmr
f{k •! 'i
���� .+ Ill
��``
1
Y
i
41
'$nr�yg
TJzfF�a •.
1
City of Miami
physical B Qvaluation
ualifie do a)
Vendor
1. Occupational Health Services
of America, Inc. (OHSA)
2. Work Injuries Medical
Center, Inc.
n
►TTACHWUNT A
Evaluation
OHSA was the low bidder at
$5497 50•
a projected cost of
However, the vendor did not
meet the following bid
specifications:
1) Physician is not Board
Eligible or Board Certi-
fied.
2) Unable to provide 24
hour coverage (would
have. to subcontract with
a hospital to fulfill
this requirement).
Met all requirements of bid
specification. Second low
bidder - $66,200.
Y
vrvt3i
;x
x
Est.
REM
ification
790
44.
:<
250
390
390
A;
• oc^T
lUth. Bms-
of
wff�
$ 31V
22,500
25/
6,n
25✓
9,750
5/
1,750
25/
9,750
crff OF MM
R�edcal am intim aw Hwh tim
(0300
gj�p_ 87-88-101
kbrk
�ly HIM
11ac11ae�1
Media
of Ka d
-�alar
v
Mbd Cal Qr.
-
ert Qr.
-- -g 1�•
-ll
-wSlad
-- NOW
65/
$
i
s 75/
s 2oa
150,OW
$ 40i/
$ 61/
s
t8'?50
56,250
56�
56,n
30,000
�'.�
l30✓
15✓
3D/0
6 �
17,000
7'Siq1
32+ �
3,790
7,90
5a0
,
�
75/
321
3CV
30/
1aa�oD
12,290
31,5�
2b,25o
11,2m
10,50D
10,500
,%I
51
t5/
1
5,29D
5,250
17,500
1,790
5,
��
�,�
l0✓
0
25✓
20✓
10 500
7.000
10,500
3,500
11,200
A•�
7'�
'
12/
lA/
18/
15►/
25/
10/
3'
5,�9D
a,200
6,300
6,300
5,250
8'
ID/ 10/ 0 0
2,OOD 2,OOD 6,0
$66,200 585,E
m
$95,250
$109.000
6,OOD
$121,200
44)
40
ip 14
4W
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT DIVISION
xBID NO. 87-88-061
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER,
TIME AND DATE OF BID OPENING.
Terms: (Include cash discount for prompt
payment, Many)
Additional discount of 5 % if awarded all items.
warranty and/or guarantee:
State any variances to specifications (use separate sheet if
necessary):
Delivery: calendar days required upon receipt of Purchase
Order.
Delivery Points):
In accordance with the Invitation to Bid, the Specifications, Genera
Conditions, Special Conditions, and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
LAZARJ GLTIR4, I.I.D.
PEDRO BI AFLMAPLN M.D.
NAMES OF COMPANY OFFICERS:
LAZAPD CX12UtA 1I. D.
PEMR BE_%R%L UNrN M.D.
(Please use the back of this page if more space is necessary)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive snd
procedural provisions therein, including any amendments thersto.
''_ / _.t: ..
aIDoeRs WOW � Signaturos.
.company name
Print Name:
Isdioete it Minority BusLaoses Date:
I I slack (xI Hispanic I 1 women
SIGN