Loading...
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