Loading...
HomeMy WebLinkAboutR-95-0469J-95-467 5-23-95 RESOLUTION NO. 9 5^ 469 A RESOLUTION, WITH ATTACHMENT, ACCEPTING THE PROPOSAL OF MERCY OUTPATIENT CENTER FOR FURNISHING ANNUAL AND EMPLOYMENT PHYSICAL EXAMINATIONS AND HEPATITIS B IMMUNIZATIONS FOR POLICE, FIRE AND OTHER DESIGNATED PERSONNEL, AT AN ESTIMATED ANNUAL COST OF $329,509 PER YEAR, FOR THE DEPARTMENT OF PERSONNEL MANAGEMENT; 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 DEPARTMENTS OF PERSONNEL MANAGEMENT, ACCOUNT CODE NO. 270101-260; FIRE -RESCUE, ACCOUNT CODE NO. 280401-260, AND POLICE, ACCOUNT CODE NO. 290201-260; 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 annual and employment physical examinations and Hepatitis B immunizations for police, fire and other designated personnel, 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 ATTACHPAENT (S) CONTAINED CITY CObWSSIOIF MEEnNG OF J U N 0 1 1995 Resolution No. 95- 469 WHEREAS, Request for Proposal solicitations to provide the above listed services were mailed to nineteen (19) potential proposers and six (6) proposals were received; and WHEREAS, the proposals were evaluated and ranked by a selection committee which recommended that the proposal received from Mercy Outpatient Center, for annual and employment physical examinations and Hepatitis B immunizations, be accepted as the proposal most advantageous to the City; and WHEREAS, funds for these services are available from the General Operating Budget for the Departments of Personnel Management, Account Code No. 270101-260; Fire Rescue, Account Code No. 280401-260; and Police, Account Code No. 290201-260; and WHEREAS, the City Manager and the Director of Personnel Management recommend that the proposal received from Mercv Outpatient Center, for the above services, be accepted as the proposals 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 Mercy Outpatient Center, to furnish annual and employment physical examinations and Hepatitis B immunizations, for police, fire and other designated personnel, at an estimated annual cost of $329,509 per year, for the Department of Personnel Management, is hereby accepted, with 2 95- 469 i funds therefor hereby allocated from the General Operating Budget of the Departments of Personnel Management, Account Code No. 270101; Fire -Rescue, Account Code No. 280401-260, and Police, Account Code No. 290201-260. 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 J„np 1995. ST PHEN P. CLAR , MAYOR 4TT F MAN, CITY CLERK PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS: 10 RAFA L 0. DIAZ iiQ J , 'I CHIEF DEPUTY TY ATTORNEY CT AT,O EY 3 95- 469 _.aOFESSIONAL SERVICES AGRE);A-,4T 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 Mercy Outpatient Center hereinafter referred to as "PROVIDER." R E C I T A L: WHEREAS, the CITY is desirous of entering into an agreement with Mercy Outpatient Center for the purpose of securing a firm to provide physical examinations and a Hepatitis B Immunization Program; 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, and for annual physical examinations for Police, Fire and other designated personnel and a Hepatitis B Immunization Program; WHEREAS, funding is available in the operating budget of the Departments of Personnel Management, Police and Fire Rescue Services; NOW, THEREFORE, 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: I. TERM: {fi. f The term of this Agreement shall be from the 1st day of f, s August 1995 through August 1, 1997. The City shall have the option to renew this agreement for two additional - 1 - 95- 469 terms of one yea t ach under the same terms �I 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. II. PROVIDER will provide the services included in Attachment "A" as incorporated herein. COMPENSATION: A) CITY shall pay PROVIDER based on the unit cost for physical examinations which cost are itemized in Exhibit B attached hereto and mane a part hereof. City and provider estimate that the amount of compensation for the services described in paragraph two hereof shall be three hundred twenty nine thousand nine dollars and zero cents ($329,509.00) 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. - 2 - 95- 469 J V GENERAL CONDITIONS: 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 given on the day on which personally served; or, 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 Assistant City Manager City of Miami Office of the City Manager P. O. Box 330708 Miami, FL 33233-0708 Mercy Outpatient Center 3659 S. Miami Avenue Miami, FL 33133 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 — 3 - 95- 469 i unenforceable ur; N the laws of the State o ,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. VI. OWNERSHIP OF DOCUMENTS: All documents developed by 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 — 4 - 95- 469 performance or as.,ignment of such service of any part thereof by another person or firm. Vlll. AUDIT RIGHTS: 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 period of three years after final payment is 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 4a ; from the award of this Agreement.,, X CONSTRUCTION OF AGREEMENT:f` w This Agreement shall be construed and enforcea 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. 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 which may be entered and from and against all 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. 95- 469 — 6 — X1V. INDEPENDENT CONTRACTOR: r� PROVIDER and 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. 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 II hereof without penalty to CITY. In tliat 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. XVI. 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. XVII. PROVIDER acknowledges that it has been furnished a copy of Ordinance No. 10062, 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. 95- 469 — 8 — M 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 to the other as of its date. Any prior agreements, 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. 95- 469 — 9 — "O'l IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed 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: Corporation Secretary APPROVED AS TO INSURANCE REQUIREMENTS: Insurance Manager PROVIDER: By (Title) (Seal) APPROVED AS TO FORM AND CORRECTNESS: A. QUINN JUNES, III City Attorney 95- 469 — 10 — CITY OF MIAMI, FLORIDA �� INTER -OFFICE MEMORANDUM TO : Honorable Mayor DATE : MAY 25 1995 FILE and Members of the City Commission SUBJECT: Recommendation for Resolution and Award of RFP #94-95-101 - Part II (Physical Examinations/ FROM : REFERENCES : Hepat'itis Program) Ces dio ENCLOSURES: Cit nager RECOMMENDATION It is respectfully recommended that the City Commission adopt a resolution to award a contract to Mercy Outpatient Center,.:3659 S . Miami Avenue, a local non -minority proposer, to provide physical examinations (annuals and employment for Police, Fire and other designated personnel) and a Hepatitis B Immunization Program to the Department of Personnel Management at a proposed first year annual cost of $329, 509 . The contract would be for a two-year period with the option to renew for two additional one (1) year periods. BACKGROUND In an effort to secure a broad range of providers, invitations to perform physical examinations and a Hepatitis B Immunization Program for the City of Miami were provided to nineteen (19) firms. This effort resulted in responses from six firms of which only one was 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• In addition to physical examinations, this RFP document incorporated a Hepatitis B Immunization Program and various other medical services such as x-rays, EKGs, stress testing and in-depth audiological screenings. Based on an evaluation by two private sector professionals and staff from the Department of Personnel Management, it is jointly recommended that the contract be awarded to Mercy Outpatient Center. Provisions have been made within the fiscal year 1995 operating budget of the Departments of Personnel Management, Police and Fire for these services. 95- 4693p/ CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To: Judy S. Carter DATE: May 1, 1995 FILE: Chief Procurement Officer Dept. of Finance SUBJECT: RFP #94-95-101 kPhysical Examinations -Part II) Approvals FROM rig e a R. li el my REFERENCES Assistant Cit 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 $329,5U9, Account Code Numbers 290201-260 250401-260 270101-260 BUDGETARY REVIEW & APPROVED BY: Manohar Surana QN Assistant City Manager 95. 469 (PART II) RQUW RE PfCEWAi, FM I�YSit� F�GNiII�.'It�S EXAiilli= SZi+ 4w f ICE AND FIRE maw OmptlaRl utlert HM th (�MUMnff t �MBdIcsl, cc c I�lfit FC9M cC Amrl�ca* C M1mmt* cam Rtfilor�l ES�iar 30 27 ETr1.e m &h govumo al — — — agency (10 paints) Ekpar:>a m p.:zformirg eq)jO3aflmt 1hysieal am dnaticns (10 paints) &periaxe perPom ft m1ml p`wleals (10 points) 35 3 R dxb ddty (10 points) — — — garldlE (5 Potts) , \yil Ilacuity (10 points) R Ci�v RILdprat (10 points) care tftal92 _ ply -- Part II Ptysiad Dm inatioas - Ehplc5m t Fine, Police and as designated Eire D4=tm t O=Aietiahal Health Services of Ama iaa Est. unit/row Desoriptim Q�ntiLy Pr ice A. Basic Ptysical ESraninatim 40 $80.00/$ 3,200 B. Additia l/Optiartl Item 1 Chest X-Ray 40 $20.00/$ 800 2. ERG 40 $25.00/$ 1,000 3. HIV Testirg & rcunselirg A. ELISA Test. 40 $30.00/$ 1,200 1 B. Western Blot 40 $25.00/$ 1,000 C. Pre Wzseling 40 WA WA D. Post Oumlirig 40 N/A N/A 4. Hepatitis B Screelirg 40 $50.00/$ 2,000 (HBsab Titer) . .9d total $ 9,200 • O=jpaticrel Part Off te, m3diml Mr. of Miami Wit/fotal Unit/rotal Uait/Total Price Price Price $75.00/$ 3,000 $75.00/$ 3,000 $60.00r$ 2,400 $25.00/$ 11000 $40.00/$ 1,600 $35.00/$ 1,400 $25.00/$ 1,000 $40.00/$ 1,600 $35.004 1,400 $15.00/$ 600' $15.00/$ 600 $15.00/$ 600 $30.00/$ 1,200 ' $25.00/$ 1,000 $25.004 1,000 $ 5.00/$ 200 WC WC WC WC $ 5.00/$ 2)0 N/C N/C $10.00/$ Wo $20.004 800 $20.00/$ 800 $30.00/$ 1,200 $ B4Ooo $ 8,600 $ 8,400 1 of 5 Outpatient We lifalth Cane' care Owner, Unit✓fotal Unit/rotal Price Prloe $85.00/$ 3,400 $85.00/$ 3,400 $65.00/$ 2,600 $70.00/$ 2,8M $35.00/$ 1,400 N/C N/C $30.00/$ 1,200 $15.00/$ 600 N/C N/C $30.00/$ 140 N/C WC WC WC N/C N/C N/C N/C $18.00/$ 720 $15.00/$ 600. $ 9,320 $ 8,600 Police Departaert Est. Descr tim Quantity A. Basic Ptlysioall, Emminatim 90 B. AdditimalAptimal.Item I. cheat X-Ray 90 2. E O 90 Subtotal Part II: PtWsiml E xmAmtictm - E mplaymt Eire, Police and as desigated Est. Description Q.nctitY A. Miscellar Item (Listed primarily to obtain price quote fcr.possible ilrture use) 1. Bad< X-Ray 1 2. Rllmxary Rrotion Test 1 j 3. Blood Type and Rh Typirg 1 CD r cc OwAAtiornl Health Services Covernm3t OM 3tioral. Part Outpatient Dade Health of America 0atw Medical Mr. of Miami Omter care Cater Undt/rotal. Unit/rotal Unit/Total Unit/fotal unit/row Unit/rotal Price Price Price Price Price Price $80.00/$ 7,200 $75.00/$ 6,750 $75:00/$ 61750 $50.00/$ 5,400 $85.00/$ 7,650 $85.00/$ 7,650 $20.00/$ 1,800 $25.00/$ 2,250 $40.00/$ 3,600 $35.00/$ 3,150 $65.00/$ 5,850 $70.00/$ 6,300 $25.00/$ 2,250 $25.00/$ 2,250 $40.00/$ 3,600 $35.00/$ 3,150 $35.00/$ 3,150 N/C N/C $u,z $11•,Z $13,950 $11,700 $16,650 $33,950 Ooaprtioral Me by Health SeMoes Goverment Ocapatio al Part Outpatient Dade Health of America Cater Mediml Ctr. of Miami Center Care Center Uait/rotal Unit•/i'otal Chit/fotal Unit/row Unit/fotal Unit./Pctal Price Price Price Price Price Price $30.00/$ 30 $30.00/$ 30 $35.00/$ 35 $95.00/$ 95 $70.00/$ 70 $20.00/$ 20 $20.00/$ 20 $25.00/$ 25 $20.00/$ 20 $25.00/$ 25 $ 8.00/$ 8 $10.00/$ 10 $15.00/$ 15 $ 7.50/$ 7.50 $10.00/$ 1D 2 of 5 4. Rubella Titer 1 $40.00/$ 40 $$20.00/$ 20 $25.00/$ 25 $ 7.50/$ 7.50 $10.00/$ 10 5. Rubella hmuniratlm 1 $25.00/$ 4 $20.00/$ 20 f0.00/$ a)' $30.00/$ 30 $ 5.00/$ 5 6. Heview of Misoellanwas Medical. Reoords 1 WA WA $10.W/$ 10 $10.00/$ 10 $10.00/$ 10 WC WC Subtotal $ 123 $ 11D ._ $ 130 $ 170 $ 123 Part 11. Anal Ptysicals - I Fire, Police and as designated i Occupational Mercy Health Services 07AXMet Ooapatioral Port Qtpatieit Dade Health of keKoa Gentler Medical Ctr. of Hiani Oenter Cone Oahe• Dmwipticri Est. Qjattity Unit/fatal Price Unit/rotal Moe Unit/Total Price Unit/Pctal Price Unit/ibtal Price Unit/ibtal Price A. Fire Deperbnert Ptysical. E mmiratim 1) &esic Ptysioal 600 $80.00/$48,000 $ 80.00/$48,000' $ 75.00/$45,000 $140.00/$ 841000 $ 85.00/$ 51,000 $120.00/$ 72,000 2) Additicral/Optioral Eons a) Qpe=hm " Bi-Menial 15 $30.00/$ 450 $ 15.00/$ 225 $ 15.00/$ 225 $ a).00/$ 3D0 $ 12.00/$ 3W $ 50.00/$ 750 Exan in chx1irg Pap 3rmr b) Mao'an c) wive Hearing Test 10 5 WA N/A WA N/A $100.00/$ 1,000 $ 25.00/$ 1'6 $ $ 85.00/$ 850 20.00/$ 100 $ 90.00/$ 900 $ 20.00/$ 100 $100.00/$ 11000 $ 20.00/$ 100 $ 95.00/$ 950 $ 25.00/$ 125 d) O rdia asoular Stress Test 1) Edbcardicgran 90 WA WA $125.00/$11,250 $ 200.00/$18,000 $ W.00/$ 18,000 $300.00/$ 27,000 $120.00/$ 10,800 .•2) Thalliun Stress Z 4 WA WA WA WA $225.00/$ 5,625 $800.00/$ 3,20 $ 300.00/$ 7,500 $1,000.00/$ 4,000 $200.00/$ 5,000 $600.00/$ 2,400 $275.00/$ 6,875 $950.00/$ 3,BCD $475.00/$ 11,875 $485.00/$ 1,940 3) Exercise Mga Stress Hepatitis 1 WA N/A $3BO.00/$ 380 $ 450.00/$ 450 $600.00/$ 600 $450.00/$ 450 $395.00/$ 395 e) B Screening f) Tetanus 1 $60.00/$ 50 $ 20.00/$ a) $ 20.00/$ a) $ 30.00/$ 3) $ 18.00/$ 18 $ 15.00/$ 15 Ta oid lmninizaticn 1 $20.00/$ a) $ 10.00/$ 10 $ 30.00/$ 30 $ 10.00/$ 10 $ 30.00/$ 30 $ 5.00/$ 5 g) Tetanus Booster 1 $,20.00/$ 20 $ 10.00/$ 10 $ a).00/$ 20 $ 10.00/$ 10 $ 10.00/$ 10 $ 5.00/$ 5 W R&aary Fmotim Test 1) Flaw Volans Locp1 $ 20.00/$ 20 $ 2D.o0/$ 37 $ Z.00/$ 25 $ 2D.00/$ 2) $ 25.00/$ 2i > 2) Net »dilatory Slug 1 $20.00/$ 2) $ 65.00/$ 65 $ 50.00/$ 50 $ 30.00/$ 3) $ 85.00/$ 85 $ 25.00/$ 25 0.71 k� 3of5 i :0 tbdiolcgtml. BWinticn 250 WA WA $ 3.00/$ 6,250 $ 50.00/$12,500 $ 10.00/$ 2,500 j) FlmdUe S4midomc py 1 WA WA $175.00/$ 175 $ ?50.00/$ 250 $200.00/$ 200 W (bknoamW 1 WA WA $550.00/$ 550 $ 450.00/$ 450 $5W.Oo/$ 500 i) F" 1 $ 6.00/$ 6 $ 7.00/$ 7 $ 10.00/$ 10 $ 10.00/$ 10 m) hazardous Material Ten Rpiml 24 WA WA $140.00/$ 3,360 $ 100.04/$ 2,400 $240.00/$ 5,760 n) 24 How lblter MxAtcr 5 WA WA $250.00/$ 1,250 $ 100.00/$ , 500 $190.00/$ 950 0) MMtotuc Test 5 WA WA $ 5.00/$ 25 $ • 150.00/$ . 750 $ 10.00/$ 5D p) Flu 9-ot 150 WA WA $ 10.00/$ 1,500 $ 10.00/$ 1,500 $ 10.00/$ 1,500 St tdol $48,566 $83,01U $94,625 $172,875 1) Basic Rvsiml 2) Additkrnl/cptkmlOmms a) Wtolc&nl Eml atJm b) Q rdia�rasaalar Stress Test 1) Ek�o�rdiogreno 2) Rel.liam Stress 3) Bunicim MAEP Stress e) Pap Snmr d) Mmuco m e) CA 14 f) FSA g) Carirvhensive HmMrg 'lost h) 24 hour iblte^ M)nitor i) Mr t= Test j) W&B Titer att;ctal $ 65.00/$ 16,250 $ 70.00/$ 17,500 $250.00/$ 250 $ 40.00/$ 40 $700.00/$ 700 $ 40.00/$ 40 $ 5.oD/$ 5 $ 10.00/$ 10 $140.Oo/$ 3,360 $150.00/$ 3,600 $250.00/$ 1,250 $125.OD/$ 625 $ 8.50/$ 42.50 $ 5.00/$ Z $ 10.00/$ 1,500 $ 10.00/$ 1,500 $113,925.90 $122,250 Ow vatialal M�my. Health SNvims GyArnmt OwtPatiael. rrt O t ®de Health Of km rkn 03 tw Mical. Mr. of Mad Oats• c 3m 0etter Est. uait/lbtal UhitlTbtal . ildt/Tbtal. Utt/Ibtal UltAbtal 1bit4btal Q"Cit PriOe PrIce I Price Prine pdm Wee 1,100 $80.00/$88►000 $ 80.00/$ 88,000 $ 75.00/$82,500. $135.00/$148,500 $ 85.00/$ 93,5M $120.00/$132,000 400 WA WA $ 25.00/$ 10,000 $ 50.00/$ 20,000 $ 10.00/$ 4,000 $ 65.00/$ 25,000 $ 70•o0/$ 2H,000 . 100 WA WA $125.00/$ 12,5M $ 200.00/$ 20,000 $200.00/$ 20,000 $300.00/$ 30,000 $120.00/$ 12,000 40 WA WA $225.00/$ 9,000 $ 200.00/$ 8,000 $200.00/$ 8,000 $250.00/$ 10,000 $475.00/$ 19,000 10 WA WA $800.00/$ 8,00D $1,000.00/$ lo,000 $600.00/$ 6,000 $950.00/$ 9,500 $485•00/$ 4,$50 1 WA WA $380.00/$ 380 $ 450.Oo/$ 150 $600.00/$ 600 $450.00/$ 450 $395.00/$ 395 5 $30.00/$ 150 $ 15.00/$ 75 $ 15.00/$ 75 $ 20.00/$ 100 $ 12.00/$ 60 $ 25.00/$ , 125 5 WA WA $100.OD/$ 5DO $ 80.00/$ 400 $ 90.00/$ 450 $100.00/$ 500 $ 95.00/$ 475 5 WA WA $ 15.00/$ 75 $ 100.D0/$ 500 $ 75.00/$ 375 $ 25.00/$ 125 $ 45.00/$ 225 5 WA WA $ 30.00/$ 150 $ 75.00/$ 375 $ 40.00/$ 200 $ 7.00/$ 35 $ 15.00/$ 75 10 WA WA $ 25.00/$ 25D $ 20.00/$ 200 $ 20.00/$ 20D $ 20.OD/$ 200 $ 25.00/$ 250 5 WA WA $250.00/$ 1,250 $ 100.00/$ 50D $190.00/$ 950 $250.00/$ 1,250 $125.00/$ 625 1 WA WA $ 5.00/$ 5 $ 150.00/$ 150 $ 10.00/$ 10 $ 8.50/$ 8.50 $ 5•OD/$ 5 5 WA WA $ 20.OD/$ 100 $ 23.00/$ 100 $ 30.00/$ 150 $ 18.00/$ 90 $ 15.00/$ 75 $88,15D $13D,285 $14300 $189,535 4 of 5 $171,718.50 $198, l00 .jr l O. B Dmwlpticn fWAtPL`IIS B 34410PQIOI45 In amomlwm vdd.th Specif icatims (8) H atitis B s3mallrg .H33ab Titer 1 . Rhab Titer a -d t Rbtr g wMle 1 (b) arst lWectirn 130 (c) 9a=d iwwtiam 130 (d) Third 1wectim 130 (e) Bxzter Series 1 `.. ( (f) Iki Miami 0osts (if ark) Sbb*a7. T1-ta1. ItNmreSp3MiVe •r.' 'uc c: /a era :r,✓, tr •' i:m /: va /:� 1: arc $50.00/$ 50 $20.00/$ 23 $20.00/$ 20 $ 30.00/$ 30 $ 18.00/$ 18 $ 15.O0/$ 15 $50.00/$ 50 $25.00/$ 25 $20.00/$ 20 $ 40.00/$ 40 $ 22.00/$ 22 $ 15.00/$ 15 t $75.00/$ 9,750 $50.00/$ 65M $50.00/$ 6,500 $ 40.00/$ 5,200 $ 45.00/$ 5,850 $ 47.00/$ 6,110 $75.004 9,750 $50.00/$ 6,500 $40.00/$ 5,200 $ 40.00/$ 5,200 $ 45.00/$ 5,850 $ 47.00/$ 6,110 $75.00/$ 9,750 $50.00/`$ 6,500 $40.00/$ 5,200 $ 40.00/$ 5,200 $ 45•00/$ 5,850 $ 47.00V$ 6,110 $75.00 75 $65.00/$ 65 $50.00/$ 50 $110.00/'$ 3.10 $135.00/$ 135 $125.00/$ Z WA WA WA WA WA WA WA WA WA WA WA WA $29,425 $ 19,610 $16,99D $ 15,780 $ 17,725 $ A405 $186,714* $252,302* $'TTl" $348,42Dt $329,509 $361,w 5 OF 5 AWARD OF RFP 5/09/95 RFP No._94-95-101 . ITEM: Physical Examinations - PART II DEPARTMENT: Personnel Management TYPE OF PURCHASE: Contract REASON: For annual and employment physical examinations and Hepatitis B immunizations. POTENTIAL PROPOSERS: 19 PROPOSALS RECEIVED: 6 FUNDS: Personnel Management General Operating Budget Acct. Code Nos. 290201-260, 280401-260, 270101-260. RFP EVALUATION: 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 9- 469 ll Reasons) for NOT awarding to local vendor: RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO MERCY OUTPATIENT CENTER A NON-MINORITY/LOCAL VENDOR AT A TOTAL PROPOSED ANNUAL COST OF $329, 509 95- 469