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