Loading...
HomeMy WebLinkAboutR-95-0468J-95-468 5/24/95 RESOLUTION NO. 9 468 A RESOLUTION, WITH ATTACHMENT, ACCEPTING THE PROPOSAL OF GOVERNMENT CENTER HEALTH SERVICES, INC., FOR FURNISHING GENERAL PHYSICAL EXAMINATIONS FOR THE DEPARTMENT OF PERSONNEL MANAGEMENT, AT AN ESTIMATED ANNUAL COST OF $32,705 PER YEAR; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN SUBSTANTIALLY THE ATTACHED FORM, FOR AN INITIAL TERM OF TWO (2) YEARS RENEWABLE AT THE CITY'S OPTION FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS AT THE SAME TERMS AND CONDITIONS, EXCEPT FOR A 5% INCREASE IN THE AMOUNT OF COMPENSATION WHICH SHALL BE EFFECTIVE ON THE FIRST DAY OF THE FIRST OPTION PERIOD; ALLOCATING FUNDS THEREFOR FROM THE GENERAL OPERATING BUDGET OF THE DEPARTMENT OF PERSONNEL MANAGEMENT, ACCOUNT CODE NO. 270101-260; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THESE SERVICES, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed proposals were received on April 3, 1995, for the furnishing of general employment physical examinations, on a contract basis for two (2) years, with the option to renew for two additional one (1) year periods, for the Department of Personnel Management; and WHEREAS, Request for Proposal solicitations to provide the above listed service were mailed to nineteen (19) potential proposers and six (6) proposals were received; and ATTACH MENT (S) CONTAINED CITY COMOSSION MEETING OF J U N 0 1 1995 Resolution No, 95- 468 r ;� WHEREAS, the proposals were evaluated and ranked by a selection committee which recommended that the proposal received from Government Center Health Services, Inc., for general employment physical examinations, be accepted as the proposal most advantageous to the City; and WHEREAS, funds for this service are available from the General Operating Budget for the Department of Personnel Management, Account Code No. 270101-260; and WHEREAS, the City Manager and the Director of Personnel Management recommend that the proposal received from Government Center Health Services, Inc., for general employment physical examinations, be accepted as the proposal most advantageous to the City. 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 proposal of Government Center Health Services, Inc., to furnish general employment physical examinations, for the Department of Personnel Management, at an estimated annual cost of $32,705 per year, is hereby accepted, with funds therefor hereby allocated from the General Operating Budget of the Department of Personnel Management, Account Code No. 270101-260. 2 - 95- A-68 Section 3. The City Manager is hereby authorized to execute a contract, in substantially the attached form, for an initial term of two (2) years renewable, at the City's option, for two (2) additional one (1) year periods at the same terms and conditions, except for a 5% increase in the amount of compensation which shall be effective on the first day of the first option period, and thereafter to instruct the Chief Procurement Officer to issue a purchase order for these services, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 1st day of June 1995. ATTEST: WALTER J. EMAN, CITY CLERK PREPARED AND APPROVED BY: L/ y j RAF EL 0. DIAZ CHIEF DEPUTY CITY TORNEY - 3 - ST HEN P. CIA K, MAYOR APPROVED AS TO FORM AND CORRECTNESS: 95- 468 '--"WESSIONAL SERVICES AGREE -'IT This Agreement entered into this day of , 19+, by and between the City of Miami, a municipal corporation of the State of Florida, hereinafter referred to as "CITY", and Government Center Health Services, Inc. hereinafter referred to as "PROVIDER". R E C I T A L: WHEREAS, the CITY is desirous of entering into an agreement with Government Center Health Services, Inc. for the purpose of securing a firm to provide general physical examinations; and WHEREAS, this service will be used by the Department of Personnel Management for the purpose of performing physical examinations as part of the employment process; WHEREAS, funding is available in the operating budget of the Department of Personnel Management; NOW, THERENURE, in consideration of the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto understand and agree as follows : 1. killix-F The term of this Agreement shall be from the 1st day of August 1995 through August 1, 1997. The City shall have the option to renew this agreement for two additional terms of one (1) year each under the same terms and conditions as set forth herein except that the amount of compensation shall be increased by 5% effective on the first day of the first option term. — I - 95- 468 II. SCOPE OF SERVICES: PROVIDER will provide the services included in Attachment "A" as incorporated herein. A) CITY shall pay PROVIDER based on the unit cost for physical examinations which cost are itemized in Exhibit B attached hereto and made a part hereof. City and Provider estimate that the amount of compensation for the services described in paragraph two hereof shall be thirty two thousand, seven hundred five dollars and zero cents ($32,705.00) per year. B) Such compensation shall be paid on the following basis: 1) Payment shall be made monthly for work performed the previous month upon submission of properly certified invoices. C) CITY shall have the right to review and audit the time records and related records of PROVIDER pertaining to any payments by the CITY. IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local governments. V. A) All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed — 2 - 95- A68 J given on the day h which personally served` pr, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI PROVIDER Angela R. Bellamy Government Center Health Services, Inc. Assistant City Manager 111 NW 1st Street City of Miami Miami, FL 33128 Office of the City Manager P. O. Box 330708 Miami, FL 33133-0708 B) Title and paragraph headings are for convenient reference and are not a part of this Agreement. C) In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall rule. D) No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. E) Should any provisions, paragraphs, sentences, words or phrases contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. 3 913- 1 } 'j V I . OWNERSHIP OF DOCUMENTS: Ali documents developed uy PROVIDER under this Agreement shall be delivered to CITY by said PROVIDER upon completion of the services required pursuant to paragraph 11 hereof and shall become the property of CITY, without restriction or limitation on its use. PROVIDER agrees that all documents maintained and generated pursuant to this contractual relationship between CITY and PROVIDER shall be subject to all provisions of the Public Records Law, Chapter 119, Florida Statutes. it is further understood by and between the parties that any information, writings, maps, contract documents, reports or any other matter whatsoever which is given by CITY to PROVIDER pursuant to this Agreement shall at all times remain the property of CITY and shall not be used by PROVIDER for any other purposes whatsoever without the written consent of CITY. VII. NONDELEGABILITY: That the obligations undertaken by PROVIDER pursuant to this Agreement shall not be delegated or assigned to any other person or firm unless CITY shall first consent in writing to the performance or assignment of such service or any part thereof by another person or firm. VIII. CITY reserves the right to audit the records of PROVIDER pertaining to the work and payments related to this project at any time during the performance of this Agreement and for a — G - 95- 468 i period of three�--)ears after final payment`s made under this Agreement. IX. AWARD OF AGREEMENT: PROVIDER warrants that it has not employed or retained any person employed by the CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the CITY any fee, commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. X. This Agreement shall be construed and enforced according to the laws of the State of Florida. XI. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. XII. INDEMNIFICATION: PROVIDER shall indemnify and save CITY harmless from and against any and all claims, liabilities, losses, and causes of action which may arise out of PROVIDER-s activities under this Agreement, including all other acts or omissions to act on the part of PROVIDER, including any person acting for or on its behalf, and, from and against any orders, judgments, or decrees S — 95- 468 J which may be ent .ed and from and against 4._1 costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claims, or in the investigation thereof. XIII. CONFLICT OF INTEREST: A) PROVIDER covenants that no person under its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial interests, direct or indirect, with CITY. PROVIDER further covenants that, in the performance of this Agreement, no person having such conflicting, interest shall be employed. Any such interests on the part of PROVIDER or its employees, must be disclosed in writing to CITY. B) PROVIDER is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that it shall fully comply in all respects with the terms of said laws . XIV. INDEPENDENT CONTRACTOR: PROVIDER ana its employees and agents shall be deemed to be independent contractors, and not agents or employees of CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of CITY, or any rights generally afforded classified or unclassified employees; further he/she shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of CITY. 95- 468 - 6 - XV. TERMINATION OF CONTRACT: CITY retains the right to terminate this Agreement at any time prior to the completion of the services required pursuant to paragraph 11 hereof without penalty to CITY. In that event, notice of termination of this Agreement shall be in writing to PROVIDER, who shall be paid for those services performed prior to the date of its receipt of the notice of termination. In no case, however, will CITY pay PROVIDER an amount in excess of the total sum provided by this Agreement. It is hereby understood by and between CITY and PROVIDER that any payment made in accordance with this Section to PROVIDER shall be made only if said PROVIDER is not in default under the terms of this Agreement. if PROVIDER is in default, then CITY shall in no way be obligated and shall not pay to PROVIDER any sum whatsoever. XV1. NONDISCRIMINATION: PROVIDER agrees that it shall not discriminate as to race, sex, color, religion, age, national origin, handicap, or marital status in connection with its performance under this Agreement. Furthermore, that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, religion, age, national origin, handicap, or marital status be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. 95- 468 XV T I . MINORITY PROCUREMENT COMPLIANCE: PROVIDER acknowledges that it has been furnished a copy of Ordinance No. 10U62, as amended, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. XVIII. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack of funds, or authorization, reduction of funds, and/or change in regulations. XIX. DEFAULT PROVISION: In the event that PROVIDER shall fail to comply with each and every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then CITY, as its sole option, upon written notice to PROVIDER may cancel and terminate this Agreement, and all payments, advances, or other compensation paid to PROVIDER by CITY while PROVIDER was in default of the provisions herein contained, shall be forthwith returned to CITY. XX . ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only Agreement of the parties hereto relating to said grant and correctly sets forth the rights, duties, and obligations of each - s - 95— 1-68 J to the other as jf its date. Any prior �.reements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. XXI. AMENDMENTS: No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executea by the respective officials thereunto duly authorized, this the day and year first above written. CITY OF MIAMI, a municipal Corporation of the State of ATTEST: Florida: By: MATTY HIRAI CESAR H. ODIO City Clerk City Manager ATTEST: PROVIDER: y Corporation Secretary (Title) Seal 'LL APPROVED AS TO INSURANCE APPROVED AS TO FORM AND REQUIREMENTS: CORRECTNESS: Insurance Manager A. QUINN JONES, III City Attorney 1 - 9 - 95- 468 J �1 TO: Honorable Mayor and Members of the City Commission FROM Ces Odio Cit alter RECOMMENDATION CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 36 DATE : MAY 2 5 1995 FILE : SUBJECT ; Recommendation for Resolution and Award of RFP #94-95-101 - Part I (Physical Examinations) REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt a resolution to award a contract to Government Center Health Services, Inc., III N.W. First Street, a local non -minority proposer, to provide general physical examinations to the Department of Personnel Management at a proposed first year annual cost of $32,705. The contract would be for a two (2) year period with the option to renew for two (2) additional one (1) year periods. BACKGROUND In an effort to secure a broad range of providers, invitations to perform physical examinations for the City of Miami were provided to nineteen (19) firms. This effort resulted in responses -from six firms of which five were fully responsive. Section 2-268 of the City of Miami Code 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 proposals were received April 3, 1995• Based on an evaluation by two private sector professionals and staff from the Department of Personnel Management, of the five (5) responsive proposals received, it is jointly recommended that the contract be awarded to Government Center Health Services, Inc., for a two (2) year period with the option to renew for two additional one (1) year periods. Provisions have been made within the fiscal year 1995 operating budget of the Department of Personnel Management for this service. 95- 468 36'/ CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To Judy S. Garter DATE: May 1, 1995 FILE: Chief Procurement Officer De t . of Fina ce SUBJECT : RFP #94-95-101 ( Physical Examinations -Part 1) Approvals FROM Angela R. Bel- . y REFERENCES: Assistant City Manager ENCLOSURES: This department has verified available funding with the Department of Finance that funds are available to cover the cost of the subject RFP in the amount of $32,705, Account Code Number 270101-ZbO. BUDGETARY REVIEW h APPROVED BY: Manohar Surana Assistant City Mana r 95- J-68 J Fam I Emcee 30 rr-- with 8pvemra-tal (10 points) xe pwfbnift eTloyiEnt tits) nee perfom&g a TLul. is (10 points) pity (10 points) (5 points) y (10 points) rt (10 points) MY Cy MLAMC (PART I) RR HUBOSC IKR MOM EX*M&IBM IWAII,Ri'M SJMW GENERAL HOMM Gojenmt Cantw yeaY Q "Vadaal Rcrt O=Vatiaml. ih Health Sere cm, Qjtpatlet health Savlow of matica Healt] Ire. 03tw cc AOriaa* mla i Cbnbw Ck 30 20 23 12 35 0 0 0 0 0 35 25 35 — z 25 1 55 55 .._ 48 37 1 E9t. Outity t E;mmimtian 500 Azrn to 400 [moan Qxpmrts arily to obtain price vote) 1 1 1 :1 Sa�enirg 1 .e° 1 u2Azaticn 1 t �el]ar�ea�s �cz�is 1 Smwnirg 1 ss, Ribe1]a 1 t PRIG; PHYMOL am PART I: COAL PHYSICAL thplaym3 t PrGMtIM311 and Misoellmeas ir� oe Health servs Gymrnmt 0oa�aiBl Part Ouatiat Dade Health Of M rica wirer Mediml -Ctr. of Miami venter Care (meter Unit/rotal Unit/Total Unit/ibtal Unit/rctal Unitllbtal UnitActal- Price Price Price Price Price Price $45.004 22,500 $45.00/$22,500 $75.00431,500 $50.00/$25,000 $85.00/$42,500 $85.00/$42,50C 0.004 10,000 $25.00/$10,000 $40.Oo/$16,000 $25.00/$10,000 $30.00/$12,000 $40.00/$15,000 $15.00/$ 15 $30.00/$ 37- $50.00/$ 50 $35.00/$ 35 $95.00/$ 95 $70.00/$ 70 $15.00/$ 35 $25.0o/$ z5 $40.00/$ 4o $35.004 35 165.00/$ 65 $70.00/$ 70 $25.00/$ a $25.00/$ t $40.00/$ 40 $35.00/$ 35 $45.00/$ 45 N/C N/C $18.00/$ 18 $15.00/$ 15 $15.00/$ 15 $10.00/'$ 10 $10.00/$ 10 N/C N/C $J40.00/$ 40 $20.00/$ 21 $10.00/$ 10 $25.00/$ 25 $10.00/$ 10 $10.00/$ 10 $18.00/$ 38 $20.00/$ 2p $25.00/$ 25 $20.00/$ 20 $30.00/$ 33 $ 5.00/$ 5 $10.00/$ 10 $10.00/$ 30 $10.00/$ 10 $10.00/$ 10 $ 5.00/$ 5 WC N/C $50.00/$ 50 $20.00/$ 20 $20.00/$ 2D $30.00/$ 30 $18.00/$ 18 $15.00/$ 15 $30.00/$ 33 $40.00/$ 40 $50.00/$ 50 $50.00/$ 50 $38.00/$ 3B $10.00/$ 10 $32,721 $32,705 $53,760 $35,250 $54,816 $58,680 , Attachment B i5-101 PRICE PROPOSAL FORM PART I: GENERAL PHYSICAL EXAMINATIONS: F� igymnnt Promotional and Miscellaneous Est. Duantity Unit Price sical Examination S00 $ 45 B. Abbreviated Return to 400 $ 25 Mork Physical _ C. Optional Examination Components (Included primarily to obtain price quote) 1. Back X-Ray 1 $ 30 2. Chest X-Ray 1 $ 25 3. EKG 1 $ 25 4. Audiological Screening 1 $ I -i_ 5. Rubella Titer 1 $ 20 6. Rubella Immunization 1 $ 20 7. Review of Miscellaneous 1 $ 10 Medical Records 8. Hepatitis B Screening 1 $ 20 (HBsab Titer) 9. Measles, Mumps, Rubella 1 $ 40 Immunization D. Please list any other charges associated with fulfilling this RFP Social Security or Federal Employer Identification No. Occupational License No. 215442-5 Expires: 9/95 , (copy to be submitted with this proposal) Proposer: Govermmnt Center Health ices.. Inc. Signature: jr, .1, ZZ Steven D. Son'en eich 95- 468 Attachment A SCOPE OF SERVICES The parties agree as follows: Provider shall adhere to the Physical Examination Protocol established by the .City, a copy of which will be furnished to Provider prior to the commencement of services. General Physical Examinations A. Physical Examinations - Employment, Promotional and Miscellaneous 1. Examinations must be performed by a physician licensed in the State of Florida. Physician(s) performing employment, promotional and/or return to work physicals must be Board certified in Internal Medicine or Family Practice. 2. X-ray results must be interpreted by a Radiologist. 3. A Cardiologist must interpret EKG results. Lt. All' physical examinations, tests and related medical procedures shall be conducted in a licensed facility operated by the provider, or at such facility subsequently agreed to by the City and the provider. 5. Provider must have operable equipment, as well as adequate back-up equipment and staff and a licensed facility to conduct the required examinations and analyze their results, at the time of inspection by City representatives. 6. Provider's facility must have adequate reception area. 7. The City may require interviews of prospective providers and inspection of facilities and equipment prior to the award of this Bid. 8. The provider shall conduct physical examinations of persons referred by authorized Department of Personnel Management administrators. All such physical examinations, tests and related medical procedures shall be conducted by the provider on a prearranged appointment basis, as scheduled by the City with the exception of Return to Work physicals. Return to Work Physicals which are projected to average 400 annually, must be handled on a walk-in basis between 8:00. a.m. - 5:00 p.m. 9. The provider shall designate a program manager who will be responsible for program coordination and to provide a single point interface between the purchaser and the provider on all matters concerning the contract. 95- 468 N 10. All such physi,.,a1 examinations, tests ai. related medical procedures shall be performed in accordance with established medical protocol, which will be provided after awarding of RFP. 11. Adequate vehicle parking shall be provided at no cost to the City or employee/applicant receiving the evaluation. 12. The provider shall maintain a current record indicating the name, date and examination(s) completed, and results for each employee/applicant processed. The provider must submit written reports to the Department of Personnel Management, 300 Biscayne Blvd. Way, Suite 200, Miami, Florida 33131, for each employee/applicant examined. 13. Written results of all examinations and evaluations, as well as any recommendations, shall be delivered to the Department of Personnel Management, at no additional cost, within 24 hours of completion of examination. Verbal results (excluding blood or laboratory work) may be requested the day examination is completed. 14. The provider shall maintain customarily used in this type of with accepted accounting practice shall, through the City Auditors Personnel Management designee, be audit during ordinary business accounts. all financial records operation in accordance and standards. The City and the Department of permitted to examine and hours, the records of 15. Retests that may be required for any reason shall be performed at the expense of the provider. 16. These specifications are intended to provide a thorough medical evaluation by qualified medical staff. The provider shall conduct this in no more than one visit. If necessary, repeat and/or additional appointments can be scheduled. 17. The visit shall include obtaining a thorough medical history, laboratory work up, and a comprehensive physical examination by the physician. This visit shall be conducted between the hours 8:00 a.m to 5:00 p.m., Monday through Friday, on the appointed day. NOTE: This does not apply to return to work from personal illness or injury abbreviated physical examinations. 18. Employees/applicants who upon completion of their physical examination are temporarily deferred will be examined again when necessary at no additional charge. 19. The provider will complete the City's medical examination form in its entirety. 20. The City of Miami will only pay invoices submitted by the medical facility for whom a Purchase Order has been issued. This facility wiX1 be the primary care facility. Any charges incurred.*hy the primary care facility from other j medical professionals will be the responsibility of the i primary care facility. These invoices will not be paid by j the patient or the City of Miami. 21. Proof of educational credentials, resumes and licenses of physician(s),:,Radiologist and Cardiologist must be submitted with RFP package. 22. Provider's facility and primary office must be within City of Miami limits. %o 95- 468 ttachmsnt B ?5-101 PRICE PROPOSAL FORM PART I: GENERAL PHYSICAL EXAMINATIONS: F joyment, Promotional and Miscellaneous fl�Prr nti pn Est. Quantity Unit Price A. Basic Physical Examination 500 $ 45 B. Abbreviated Return to 400 $ 25 Work Physical C. Optional Examination Components (Included primarily to obtain price quote) 1. Back X-Ray 1 $ 30 2. Chest X-Ray 1 $ 25• 3. EKG s 25 4. Audiological Screening 1 $ 75 5. Rubella Titer 1 $ 20 6. Rubella Immunization 1 $ 20 7. Review of Miscellaneous 1 $ 10 Medical*Records 8. Hepatitis B Screening 1 $ *20 (HBsab Titer) 9. Measles, Mumps, Rubella 1 $ 40 Immunization D. Please list any other charges associated with fulfilling this RFP Social Security or Federal Employer Identification No. Occupational License No. 215442-5 Expires: 9/95 , (copy to be submitted with this proposal) Proposer: Government Center Health , ices, Inc. Signature: , 95- A68 i { maw P}p1�4,1�3J1�Ly,Mr. LL.[��i',�7 \�.(y11m ��{{�� tl.LL�{IL�L�1{1�W� ul}L��l.��Ylyml }�Offtw �i LL�1�(JAtal ULL�l�'1u111al r��,i�.{.l•%,I�O�Y..L'� U(LL�l��/1�4tal *�\i{G,1 1Z1�1y1�,D-tal /\{.�0,{,�bw Unitj�1btal Damrlpticn /[���p�,'i,4. ldtiy �r1:Cf1L�.L,J,..�U�J7 B �1�`I�7y � .�A�y ,,,, {,��,„,, Cf u l GSJ1Jotid l4�1Cy.�R� th Spe i[1.1�3,A.�.l,.a.,l,N1 (a) ,a H?pdtis B Sxm W g . • H?mb Titer 1 $50.00/$ 50 $20.00/$ 20 $20.00/$ 23 $ 30.OQ/$ 30 $ 18.0d/$ 18 $ 15.00/$ 15 . ffl3ab Titer errs trtlr&E r xlAe 1 $50.00/$ 50 $25.00/$ 25 $20.00/$ 20 $ 40.00/$ 40 $ 22.00/$ N' 22 $ 15.00/$ 15 (b) First irdectim 130 $15.00/$ 9,750 $50.00/$ 6,500 $50.00/$ 6,500 $ 40.OQ/$ 5,200 $ 45.00/$ 5,850' $ 47.00/$ 6,110 '- (c) Sworn i►Zjectim 13) $75.00/$ 9,750 $50.00/$ 6,500 $40.00/$ 5,200 $ 40.00/$ 5,200 $ 45.00/$ 5,850 $ 47.00/$ 6;UO (d) Turd iniectim 0 $15.00/$ 9,750 $50.00/$ 6,500 $40.00/$ 5,200 $ 40.00/$ 5,200 $ 45.00/$ 5,850 $ 47.00/$ 6,110 (e) Booster Series 1 $75.00/$ 75 $65.00/$ 65 $50.00/$ 50 $110.00/$ 110 $135.00/$ Z $125.00/$ 14 (f) PMitknal Oasts (if a V) WA WA WA WA. WA WA WA WA WA WA WA WA &bbcAzl $29,425 $19,610 $16,990 $15,780 $17,725 $18,485 Total $186,714* $252,302 $277,415* $348,420* $329,325 M,005* ll gab 6Tr 00 - i) Radiologioal Evaluation 250 j) Flexible Sigimidosaow 1 k) Qblommocpy 1 1) RPR 1 m) %zatdms Material Team Physical 24 n) 24 Hour Fblter Mxtitor 5 o) Mmttam Test 5 P) Flu Shot 150 Subtotal t. Police Depattmstt Ptp+sical ExmA gticn Decor tint 1) Basic Physicall, 2) Additicrel/Optianl Exam a) Radiological Evalmt lat b) Cardiovascular Stress Test 1) &homa[dicgran 2) Ralliu n Stress 3) nceroise Miga Stress c) Pap %mr d) ftmogran e) (A 2Z f) PSA g) (bTrd-emive Hearing Test h) -24 How Holtg^ Mmitor i) M�toux Test j) H3SAB Titer Subtotal C,B . E4� 00 Est. Q mrtity 1,100 400 100 40 10 1 5 5 5 5 10 5 1 5 WA WA N/A N/A WA WA $ 6.00/$ 6 WA WA N/A N/A WA WA N/A N/A Om4ntio:al Health Services of America OI'1 WA . W." m WA WA WA N/A WA WA N/A N/A WA N/A $30.00/$ 150 WA WA N/A WA WA WA N/A N/A WA WA WA N/A WA WA $ Z.00/$ 6,250 $ 50.00/$12,500 $ 10.00/$ 2,500 $175.00/$ 175 $ 250.00/$ ZO $200.o0/$ 2o0 $550.00/$ 550 $ 450.00/$ 450• M.00/$ 500 $ 7.00/$ T . $ 10.00/$ lA , $ 10.00/$ 10 $140.00/$ 3.360 $ ,300.00/$ 2,400 $240.00/$ 5,760 $250.00/$ 1,250 $ 100.004 500 $190.00/$ 950 $ 5.00/$ Z $ 150.00/$ 750 $ 10.00/$ 50 $ 10.00/$ 1,500 $ , 10.00/$ 1,500 $ 10.00/$ 1,500 $83,01f7 $94,64 $]22,875 074ernmert Oompaticael Pot Oenter Medical Ctr. of Miani Unit/ibt•.al Unit/rotal Unit/Total Moe Price Moe $ 80.00/$ 88,000 $ 75.00/$82,500 $135.00/$148,500 $ 25.00/$ 10,006 $ 50.00/$ 20,000 $ 10.00/$ 4,000 $L 5.00/$ 32,500 $ 200.00/$ 20,000 $2]0.00/$ 20,000 $2P5.00/$ 9,000 $ 210.00/$ 8,000 M.00/$ 8,000 $800.00/$ 8,000 $1,000.00/$ 10,000 $500.00/$ 6,000 $380.00/$ 380 $ 450.00/$ 450 $500.00/$ 600 $ 15.00/$ 75 $ 15.00/$ 75 $ 20.00/$ 100 $100.00/$ 500 $ 80.00/$ 400 $ 90.00/$ 450 $ 15.004 75 $ 100.004 500 $ 75.00/$ 375 $ 30.00/$ 350 $ 75.00/$ 375 $ 40.00/$ MO $ 25.00/$ 250 $ 20.00/$ 200 $ 20.00/$ MO $250.00/$ 1,250 $ 100.00/$ 500 $190.00/$ 950 $ 5.00/$ , 5 $ 150.00/$ 150 $ 10.00/$ 30 $ 20.00/$ 100 $ a).00/$ 100 $ 30.00/$ 150 $130,285 $143,250 $189,0 $ 65.00/$ 16,ZO $ 70.00/$ 17 500 $250.00/$ ZO $ 40.00/$ 40 $700.004 700 $ 40.00/$ 40 $ 5.00/$ 5 $ 10.001$ 10 $140.00/$ 3,350 $150.00/$. 3,600 $250.00/$ 1,250 $]25.00/$ 625 $ 8.50/$ 42.50 $ 5.00/$ 25 $ 10.00/$ 1,500 $ 10.00/$ 1,5W $113,925.50 $122,250 Mercy Outpatierit Davie Health Cater (are Center Unit/ratal Unit/rotal Price Price $ 85.004 93,500 $120.00/$132,000 $ 65.00/$ 25,000 $ 70.00/$ 28,000 $300.00/$ 30,000 $320.00/$ 12,000 $250.004 10,000 $475.00/$ 19,000 $950.00/$ 9,500 $485.00/$ 4,850: $450.00/$ 450 $395.00/$ 395 $ 12.00/$ 60 $ 25.00/$ 625 $100.00/$ 500 $ 95.00/$ 475 $ 25.00/$ IZ $ 45.00/$ 225 $ 7.00/$ 35 $ 15.00/$ 75 $ 20.00/$ MO $ 25.00/$ 250 $250.00/$ 1,250 $125.00/$ 625 $ 8.50/$ 8.50 $ 5.00/$ 5 $ 18.00/$ 90 $ 15.00/$ 75 $171,718.50 $198,600 4. Ribel]a Titer 1 $40.00/$ 43 $20.00/$ 20 $25.00/$ 25 $ 7.50/$ 7.50 $10.00/$ 10 5. Rubella Imt n rAzat icn 1 $25.00/$ Z5 $20.00/$ 2) $20.00/$ a)' $30.00/$ 30 $ 5.00/$ 5 6. Review of Miscellaneous Medical Reoords 1 WA WA $10.00/$ 10 $10.00/$ 10 $10.00/$ 10 WC WC Sl�btdal $ 123 $ 110 $ 130 $ 170 $ 120 mrt II: Amnmal R ysioals - ire, Police and as designated Ooampatioral Mercy Health Services G7xn 3t Ocajpaticral Port Outpatient ` Da& Health of America Center Medical Mr. of Mimd Oanmter care Oent•.er• Est. Undt/Potal Lhit./rotal Unit/rGW Unit/fotal Unit/rotal Unit/fotal . 0e9crIptim Quantity Price Price Price Price Price Price Fire De artmt Pfvical Emninaticn 1) Basic Physical 600 $80.00/$48,000 $ 80.00/$48,000' $ 75.00/$45,000 $140.00/$ 84,000 $ 85.00/$ 51,000 $120.00/$ 72,000 2) Additional/Optional Emm a) Speaibn and Bi-Mrual 15 $30.00/$ 450 $ 15.00/$ 225 $ 15.00/$ 225 $ 20.00/$ 3)0 $ 12.00/$ 180 $ 50.00/$ 750 Exan im xW-g Pap Smear b) Mtmng w ID WA WA $100.00/$ 1,000 $ 85.00/$ 850 $ 90.00/$ 900 $100.00/$ 1,000 $ 95.00/$ 950 c) Oarprdwsive Hearing Test 5 N/A N/A $ 25.00/$ 13 $ 20.00/$ 100 $ 20.00/$ IDO $ 20.00/$ 1O0 $ 25.00/$ 125 d) Cardiovasailar Stress Test 90 WA WA $125.00/$11,250 $ 200.00/$18,000 $200.00/$ 18,000 $300.00/$ 27,000 $120.00/$ 10,800 1) &hocardicgrm Z WA N/A $225.00/$ 5,625 $ 300.00/$ 7,500 $.200.00/$ 5,000 $275.00/$ 6,875 $475.00/$ 11,875 .•2) MaMun Stress 4 WA WA $800.00/$ 3,200 $1,000.00/$ 4,000 $600.00/$ 2,400 $950.00/$ 3,800 $485.00/$ 1,940 3) Exercise M•ga: Stress 1 N/A N/A $380.00/$ 380 $ 450.00/$ 450 $600.00/$ 600 $450.00/$ 450 $395.00/$ 395 e) Hepatitis B Screeriing 1 $50.00/$ 50 $ 20.00/$ a) $ 20.00/$ 2) $ 30.00/$ 30 $ 18.00/$ 18 $ 15.00/$ 15 f) Tetanus Tomid Immunization 1 $20.00/$ 20 $ 10.00/$ 10 $ 30.00/$ 30 $ 10.00/$ 10 $ 30.00/$ 30 $ 5.00/$ 5 g) Tetanzs Booster 1 $20.00/$ 20 $ 10.00/$ 10 $ 2).00/$ 20 $ 10.00/$ 30 $ 10.00/$ 16 $ 5.00/$ 5 hl Pulmonary Fmticn Test 1) Flaw Volune Loop 1 $ 2).00/$ a) $ 2).00/$ 2) $ 25.00/$ 25 $ 20.00/$ 3) $ ;5.00/$ Zj > $20.00/$ 21 $ 65.00/$ 65 $ 50.00/$ 50 $ 30.00/$ 30 $ 85.00/$ 85 $ 25.00/$ 25 CLO 2) Post. Br=hodilatory Stucj 1 i• 0T 00 r. 5/09/95 ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL PROPOSERS: PROPOSALS RECEIVED: FUNDS: RFP EVALUATION: AWARD OF RFP RFP No. 94-95-101 Physical Examinations - PART I Personnel Management Contract To establish and maintain medical services which shall.include a medical examination of employees and potential employees. 19 6 Personnel Management General Operating Budget Acct. Code No. 270101-260. RFP Invitations RFP Mailed Responses ALL VENDORS ............................ 19 6 MINORITY/FEMALE (M/F) VENDORS.......... 12 2 Within City limits .................. 4 2 Registered with City ................ 8 0 Black (B) Vendors .. .. ................ 5 0 Located within City limits.......... 2 0 Registered with City ................ 4 0 Female (F) Vendors ..................... 1 0 Located within City limits.......... 0 0 Registered with City ................ 1 0 Hispanic (H) Vendors ................ 5 2 Located within City limits.......... 2 2 Registered with City ................ 3 0 NON -MINORITY (NM) VENDORS .............. 4 4 Located within City limits.......... 1 1 95- 468 / Z? Reason(s) for NOT awarding to local vendor: RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO GOVERNMENT CENTER HEALTH SERVICES INC., A NON- MINORITY/AL VENDOR AT A TOTAL PROPOSED ANNUAL COST — $32,705.00. 95- 468 vsia/i L1S1 DID ITEMz PHYSICAL EXAMINATIONS AND A HEPATITIS B INMUNIZATION ----------------------------------------------- SID ISO. r RFP-94-95-101 (DATE SIDS) OPENED: _ APRIL 3, 1995 10:30 a.m. — ------------------------------------ .00 e r� TOTAL XID_SOND (all. BIDDER DID ANOT CASSIBRIS_CHECK___ ���•••+++ PORT OF MIAMI MEDICAL CLINIC DADE HEALTH CARE CENTER, INC. MERCY OUTPATIENT CENTER MOUNT SINAI MEDICAL CENTER I I OCCUPATIONAL HEALTH SERVICES OFIAMERICA THE OCCUPATIONAL MEDICLA CENTER HIP HEALTH PLAN OF FLORIDA, INCH "Offers froan V c..... s f �te�� �i zero era t!ie - nay offer -- other offers subne tted in rc ;pn, is to if uny, arehereby =------------------ I ---------_ VZ — Gr6 received ( -) envelopes on behalf of (Parson rs a vinS bids) r GSA/SOLID ON WASTE -PROCUREMENT DIVISION - -------- on 1 3 95 -------—__---__— --- (Citlr Department) ------------- t) SIGN : LEGAL ADVERTISEMENT Sealed proposals will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida no later than 10.30 a.m., Monday, April 3, 1995, to provide physical examinations and a Hepatitis B Immunization Program, on a contract basis for two (2) years, on behalf of the Department of Personnel Management. For this solicitation, uronoser's facilitv and —primary office must be located within City of Miami limits. Proposals submitted after the deadline and/or submitted to any other location or office shall be deemed not responsive and shall be rejected. Ordinance No. 10062, as amended, 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 proposals 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 575-5174. Detailed specifications for the proposals are available upon request at the City's Procurement Office. The City Manager may reject all proposals and readvertise. (Ad No. 14761 Cesar H. Odio City Manager City of Miami �. This number must REOUISITION FOR ADVERTISEMENT appear in the advertisement. INSTRUCTIONS:- Please type and attach a copy of the advertisement -this 1. Department: i YrocLtl"i~rwxtt:. ( t: o i—)ersUIIIi(' i 1yYilZ 2. Division: 3. Account Code number: 2701.01•-287 4. Is this a confirmation: ❑ Yes 12 No 5. Prepared by: Metritza Pages 6. Size of advertisement: Legal 7. Starting date: 3-6-95 8. Telephone number: 575-5174 9. Number of times this advertisement is to be 'published: one 10. Tya of advertisement: Legal ❑ Classified ❑ Display 11. Remarks: RTP No. 1 94-95-101-: .Phy;;ic:tai Exam:A'.tuzitioiis & llepatiti:, ii .Irinunizat:ions 12. Publication Date(s) of Advertisement Invoice No. Amount Mialai Review *u, �r 13. Approved ❑ Disapproved . Department Dl' ctor/Designee Date Approved for Payment Date C GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. _'� f";, i .4 �... 1° ,`' f U� �