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� �