Loading...
HomeMy WebLinkAboutR-93-0423Y *• J-93-459 7/8/93 J3- RESOLUTION NO. 4`�3 xnk:e� A RESOLUTION, WITH ATTACHMENT, ACCEPTING THE PROPOSAL OF MERCY OUTPATIENT CENTER FOR FURNISHING ANNUAL PHYSICAL EXAMINATIONS AND HEPATITIS B IMMUNIZATIONS FOR POLICE AND FIRE PERSONNEL AND EMPLOYMENT PHYSICAL EXAMINATIONS FOR THE DEPARTMENT OF PERSONNEL MANAGEMENT, ON A CONTRACT BASIS FOR ONE (1) YEAR, RENEWABLE FOR AN ADDITIONAL ONE (1) YEAR PERIOD, AT THE CITY'S OPTION, AT THE SAME PRICES, TERMS AND CONDITIONS, AT A TOTAL PROPOSED COST OF $443,009.00 FOR THE FIRST YEAR; ALLOCATING FUNDS THEREFOR FROM THE GENERAL OPERATING BUDGET OF THE DEPARTMENTS OF POLICE, ACCOUNT CODE NO. 290201-260, FIRE RESCUE AND INSPECTION SERVICES, ACCOUNT CODE NO. 280401-260 AND PERSONNEL MANAGEMENT, ACCOUNT CODE NO. 270101-260; AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT, IN SUBSTANTIALLY THE ATTACHED FORM, FOR SAID SERVICE. WHEREAS, pursuant to public notice, sealed proposals were received May 10, 1993, for the furnishing of annual physical examinations and Hepatitis B immunizations for police and fire personnel and employment physicals, on a contract basis for three (3) years, for the Department of Personnel Management; and WHEREAS, invitations were mailed to thirty-seven (37) potential proposers and five (5) proposals were received; and WHEREAS, funds for this service, in the amount of $443,009.00, are available from the General Operating Budget for ATTACHMENT (5) CONTAINED .JUL $ ? i .932 �o�IuT �o. A the Departments of Personnel Management, Account Code No. 270101-260; Fire Rescue and Inspection Services, Account Code No. 280401-260; and Police, Account Code No. 290201-260; and WHEREAS, this service will be used for the furnishing of annual physical examinations and Hepatitis B immunizations for police and fire personnel and employment physical examinations for the Department of Personnel Management; and WHEREAS, the City Manager and the Director of the Department of Personnel Management recommend that the proposal received from Mercy Outpatient Center be accepted as the most responsible and responsive proposal; 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 for the furnishing of employment and annual physical examinations and Hepatitis B immunizations, on a contract basis for one (1) year, renewable for an additional one (1) year period, at the City's option, at the same prices, terms and conditions, to the Department of Personnel Management at a proposed cost of $443,009.00, for the first year, is hereby accepted, with funds therefor hereby allocated from the General Operating Budget of the Departments of Personnel Management, Account Code No. 270101- 260; Fire Rescue and Inspection Services, Account Code No. 280401-260; and Police, Account Code No. 290201-260. -2- 93- 423 1 Section 3. The City Manager is hereby authorized to enter into a contract, in substantially the attached form, for said service. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 8th day of Zuly, 1993. / XAVIER SUASH9Z, MAYOR ATTEST: MATTY HIRAI CITY CLERK PREPARED AND APPROVED BY: ..sue.. CARMEN L. LEON ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: CLL:csk:M3697 -3- 93- 423 i FESSIONAL SERVICES AGREEML..f I 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 and Fire, miscellaneous physical examinations and a Hepatitis B Immunization Program; WHEREAS, funding is available in the operating budgets 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. 93- 423 TERM: The term of this Agreement sholl be from the 14th day of July'� 19,93 through July 14, 199�� ��.. � IIr SCOPE OF SERVICES: PROVIDER will provide the services included in Attachment "A" as incorporated herein. COMPENSATION: A) CITY shall pay PROVIDER, estimated compensation for the services required pursuant to Paragraph II hereof, four hundred forty three thousand and nine dollars and zero cents ($443,009) for this Agreement. Attached and incorporated herein as Attachment "B is the itemized unit cost for physical examinations. 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 i 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. 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 93- 4231 - 2 - t 4 4 to the other part,t 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 Angela R. Bellamy Assistant City Manager City of Miami Office of the City Manager P. O. Box 330708 PROVIDER Mercy Outpatient Center 3659 S. Miami Avenue Miami, FL 33133 Miami, FL 33233-0708 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 9 3 - .4 - 3 - H I such laws, then "I)e shall be deemed sever `-'�.e, 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 II 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. 13 -4- 93- 4 t , VIII. AUDIT RIGHTS: CITY reserves the right to audit the records of PROVIDER pertaining to the work acid payments related to this project at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. IX. 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. This Agreement shall be binding upon the parties herein, their heirs, executors, -legal representatives, successors, and assigns. - 5 - 11 93- 423: 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 ror or on LL9 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 i Florida, and agrees that it shall fully comply in all respects I 4 with the terms of.said laws. 93- 12,W v - '_;= XIV. INDEPENDENT CONTRACTOR: 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 If 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. _ 7 - I 93- XVI. NONDISCRIMINATION: PROVIDER agrees that it shall not discriminate as to race, sex, color, creed, national origin, or handicap in connection with its performance under this Agreement. Furthermore, that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, creed, national origin, or handicap, 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. MINORITY PROCUREMENT COMPLIANCE: 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. 8 - 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. IN WITNESS Wi„_.REOF, the parties heretc 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 i i APPROVED AS TO INSURANCE ( REQUIREMENTS: ti ^Insurance Manager i i 0 PROVIDER: By Title (Seal) APPROVED AS TO FORM AND CORRECTNESS: A. QUINN JONES, III City Attorney - 10 - 93 4233 4 CORPORATE RESOLUTION 1 WHEREAS, the Board of Directors of Mercy Outpatient Center has examined terms, conditions, and obligations of the contract with the City of Miami for Physical Examinations/Hepatitis B Immunization Program. WHEREAS, the Board of Directors at a duly held corporate meeting have considered the matter in accordance with the by-laws of the corporation; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF Mercy Outpatient Center that the president and secretary are hereby authorized and instructed to enter into a contract in the name of, and on behalf of this corporation, with the City of Miami for Physical Examinations/Hepatitis B Immunization Program, in accordance with the contract documents furnished by the City of Miami, and for the price and upon the terms and payments contained in the original agreement submitted by the City of Miami. 1993. IN WITNESS WHEREOF, this WITNESS day of Chairman, Board of Directors 93- 423 Attachment A SCOPE OF SERVICES The parties agree as follows: Provider shall adhere to the Physical Examination and Hepatitis B Immunization Protocol established by the City, a copy of which will be fuinished to Provider prior to the commencement of services. PART I Part I — Physical Examinations A. Physical Examinations - Employment and Miscellaneous 1. Examinations must be performed by a physician licensed in the State of Florida or performed by an ARNP supervised by a physician licensed in the State of Florida. Physician(s) performing and/or supervising pre -employment, promotional and/or return to work physicals must be Board certified in Internal Medicine or Family Practice. A minimum of two physicians or ARNP's must be available on staff to perform examinations. 2. X-ray results must be interpreted by a Radiologist. ^3. A Cardiologist must interpret EKG results and administer the Cardiovascular Stress Test. 4. Provider must have operable equipment, as well as adequate back-up and a licensed facility to conduct the required examinations and analyze their results, at the time of inspection by City representatives. Crash Cart and Emergency Response Procedure required for Cardiovascular Stress Test. 5. Provider's facility must have adequate reception area to accommodate individuals for employment and annual physicals in case of overlap. A facility with reception area for less than ten (10) individuals from the City is not acceptable. 6. The City may require interviews of prospective providers and inspection of facilities and equipment prior to the award of this Bid. 7. 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 500 annually, must be handled on a walk-in basis between 8:00 a.m. - 5:00 p.m. - 1 - 33- 423 8. All physical kaminations, tests and `related medical procedures shall be conducted in licensed facility operated by the provider, or at such facility subsequently agreed to by the City and the provider. Alternatives for sound treated room or booth for audiological screenings must be reviewed and agreed upon by the City. 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. 10. All such physical examinations, tests and related medical procedures shall be performed in accordance with established medical protocol. 11. Adequate vehicle parking shall be provided at no cost to the City or employee/applicant'receiving the evaluation. Parking for less than ten (10) vehicles available to City applicants is not adceptable. 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 all financial records customarily used in this type of operation in accordance with accepted accounting practice and standards. The City shall, through the City Auditors, and the Department of Personnel Management designee, be permitted to examine and audit during ordinary business hours, the records of accounts. 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 d.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. 2 - 93- 4 o 18. Employees/apfants who upon completio._ 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 will be the primary care facility. Any charges incurred by the primary care facility from other medical professionals will be the responsibility of the primary care facility. These invoices will not be paid by the patient or the City of Miami. 21. Provider6s facility and primary office must be within City of Miami limits. - 3 - 3- 423 PART II Part II. Annual Physicals, Immunizations A. Annual Physicals Delartments of Fire, Police and as designated I. The provider shall conduct physical examinations of persons referred by authorized City of Miami personnel. 2. All such physical examinations, tests and related medical procedures shall be performed in accordance with established City of Miami protocol which is subject to revision. 3. All such physical examinations, must be performed by a physician licensed in the State of Florida or an ARNP supervised by a physician licensed in the State of Florida. The physician must be Board Certified in Internal Medicine or Family Practice. A minimum of two physicians or ARNP's must be available on staff to perform examinations. 4. All tests shall be conducted by a certified medical assistant with the exception of the Cardiovascular Stress Test and x-rays. The Cardiovascular Stress Test must be conducted by a trained Cardiologist and the x- rays must be performed by a licensed technician. 5. All EKGs are to be interpreted by a Cardiologist. 6. Test results should be reviewed immediately so that employee can be notified as soon as possible of any abnormalities and/or re -test which might need to be performed. 7. , All such 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. B. Provider shall have adequate modern equipment to conduct the required tests and analyze the results. Crash Cart and Emergency Response Procedure required for Cardiovascular Stress Test. 9. Provider's facility and primary office shall be within the City of Miami limits. 10. Provider's facility must have an adequate reception area for annual and employment physicals in case of overlap. A facility with reception area for less than ten (10) individuals from the City, is not acceptable. - 4 - 9 3 - 4 I 11. Adequat vehicle parking shall be provided at no cost to the City and/or employee receiving the evaluation. (NOTE: A minimum of five parking spaces may be required for fire apparatus vehicles). Parking for less than ten (10) vehicles available to City applicants is not acceptable. 12. All such physical examinations, tests and related medical procedures shall be conducted by the provider on a prearranged appointment basis, as scheduled by authorized City of Miami personnel, with a capability of performing at least 150 such examinations weekly. 13. 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. 14. The provider shall maintain a current record indicating the name, date and examination(s) completed, and results of each employee processed. The provider must submit a written report and a summary of the results of all examinations and evaluations, as well as a list of recommendations to the Personnel Management Department, 300 Biscayne Blvd. Way, Suite 200, Miami, Florida 33131, and to each employee tested no later than 30 days after completion of examination. 15. The provider shall maintain a complete file on each employee, which.may be transferred to the physician of the employee's choice upon signed request. 16. Invoices must be submitted no later than 30 days after the close of the month in which the service was provided. 17. The City of Miami will only pay invoices submitted by the medical facillity for whom a Purchase Order has been issued. This facility will be the primary care facility. Any charges incurred by the primary care facility from other medical professionals will be the responsibility of the primary care facility. These invoices will not be paid by the patient or the City of Miami. 1B. The provider shall maintain all financial records customarily used in this type of operation in accordance with accepted accounting practice and standards. The City shall, through the City Auditors, be permitted to examine and audit during ordinary business hours, the records of accounts. - 5 - 93 423 I 19. For sworn Department of Fire persc,..,''el, the physical examination shall be conducted in one part as follows: Comprehensive physical examination as per the attached medical protocol to be conducted during the hours of 7:00 a.m. - 5:00 p.m., Monday through Friday. - 'Consultation with physician regarding immediate finding. Once testing is initiated, all tests and evaluations must be completed within 14 days. If recommended, an additional visit(s) should be scheduled for additional sophisticated testing (e.g., audiological, cardiovascular stress testing, etc.). 20. For sworn Department of Police personnel, the physical examination shall be conducted in one part as follows: - Comprehensive physical examination as per the attached medical protocol to be conducted during the hours of 7:00 a.m. - 5:00 p.m., Monday through Friday. - Consultation with physician regarding immediate finding. ^ - Once testing is initiated, all tests and evaluations must be completed within 14 days. 21. Retests that may be required for any reason shall be performed at the expense of the provider. 2 A 3 - 6 - PART _III PART III. Hepatitis B A. HEPATITIS B IMMUNIZATION 1. The provider shall conduct Hepatitis B immunization of persons referred by authorized City of Miami personnel. 2. All such immunizations, tests and related medical procedures shall be performed in accordance with established City of Miami protocol. - 3. AlI such immunizations must be performed by a registered nurse. 4. All tests shall be conducted by a certified medical personnel. 5. Test results should be reviewed immediately so that employee can be notified as soon as possible of any abnormalities and/or re -test which might need to be performed. 6. All such immunizations, 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. 7. Provider shall have adequate modern equipment to conduct the required tests and analyze the results. S. Provider's facility and primary office shall be within the City of Miami limits. 9. Provider's facility must have an adequate reception area to accommodate employees/applicants. A facility with reception area for less than ten (10) individuals from the City, is not acceptable. 10. Adequate vehicle parking shall be provided on the premises at no cost to the City and/or employee receiving the evaluation. (NOTE: A minimum of five parking spaces may, be required for fire apparatus vehicles). Parking for less than ten (10) vehicles available to City applicants is not acceptable. 11. All such immunizations, tests and related medical procedures shall be conducted by the provider on a prearranged appointment basis, as scheduled and authorized by the City. - 7 - 0 93- 422 7 12. The proviaer shall designate a progr-- 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. 13. The provider shall maintain a current record indicating the name, date and examination(s) completed, and results of each employee processed. The provider must submit a written report and a summary of the results of all examinations and evaluations, as well as a list of recommendations to the Personnel Management Department, 300 Biscayne Blvd. Way, Suite 200, Miami, Florida 33131, to each employee tested and upon request to the employee's personal physician no later than 30 days after completion of examination. Reports not postmarked 30 days after completion of immunizations will be at no charge to the City of Miami. 14. The provider shall maintain a complete file on each -employee, which may be transferred to the physician of the employee's choice upon signed request. 15. Invoices must be submitted no later than 30 days after the close of the month in which the service was provided. 16. The City of Miami will only pay invoices submitted by the medical facility for whom a Purchase Order has been issued. This facility will be the primary care facility. Any charges incurred by the primary care facility from other medical professionals will be the responsibility of the primary care facility. These invoices will not be paid by the patient or the City of Miami. 17. The provider shall maintain all financial records customarily used in this type of operation in accordance with accepted accounting practice and standards. The City shall, through the City Auditors, be permitted to examine and audit during ordinary business hours, the records of accounts. CESAR H. ODIO MERCY OUTPATIENT CENTER CITY MANAGER DATE DATE i CITY OF MIAMI, FLOP,? A PROPOSAL FORM (Con', RFP NO. 92-93-06'1 ATTACNh'ENT B PRICE PROPOSAL SHEET PART I PHYSICAL EXAMINATIONS Employments Promotional and Miscellaneous Est. Dg.scriptlgn Qua trLity Unit Price A. Basic Physical Examination 700, $ 100 B. Additional/Optional Items 1. Abbreviated Return to 450 $ 50 Work Physical 2. Back X-Ray 170 $ 115 3. Chest X-Ray 170 $ 75 4. EKG 170 $ 45 5. Audiological. Screening 170 $ 15 J. 6. Pulmonary Function Test 1 $ 20 7. Blood Type and Rh Typing 1 $ 10 $. Rubella Titer :1 $ 10 ; 9. Rubella Immunization 1 $ 30 10. Review of Miscellaneous 50 $ 10 Medical Records 11. HIV Testing & Counseling A. ELISA Test 50 $ 20 B. Western Blot 1 $ 50 C. Pre Counseling 50 $ 5 D. Post Counseling 50 $ 5 12. Hepatitis B Screening, 50 $ 22 (HBsab Titer.) 13. Cardiovascular Stress Test 1 300 C. Please list any other charges associated with fulfilling this RFP. EAILURE ETE, SIG THIS FORM -'TURN -DISQUALIFY THIS-TRUM page l of 3�M.y�_ 93' 423 CITY OF MIAMI, FLORWA Ri'"--,NO. 92-93-067 PROPOSAL FORM (Contd) PART II ANNUAL PHYSICALS m art ents of Fire. Police and as designated Est. Unit escr ptio QuAntity- Pie A. Fire Department Physical Examination 1) Basic Physical 450 $ 100 2) Additional/Optional Exams "�•, a) Speculum and Bi-Manual 15 $ 15 Exam including Pap Smear b ) Mammogram 8 $ 100 c) Comprehensive Hearing Test 1 $ 25 d) Cardiovascular Stress Test 200 $ 300 1) Echocardiogram 1 $ 300 2 ) Thallium Stress 1 $ 1000 3) Exercise Muga Stress 1 $ 480 e) Hepatitis B Screening 1 $ 22 f) Tetanus Toxoid Immunization 1 $ 50 g) Tetanus Booster 1 $ 20 h ) Sickle Cell 1 $ 10 i) Hemogloblin Electrophoresis 1 $ 20 j ) Pu.monary Function Test '. , 1) Flow Volume Loop 1 $ 20, 2) Post Bronchodilatory Study 1 $ 100, k) Radiological Evaluation 100 $ 75 1) Flexible Sigmoidoscopy 10 $ 250 ,• m) Colonoscopy 5 $ 750 B. Police Department Physical Examination 1) Basic Physical 1100 $ 100 2) Additional/Optional Exams a) Radiological Evaluation 300 $ 75 G;,•'� b) Skin Test 1100 c) Cardiovascular Stress Test 150 $- 1) Echocardiogram 1 $ 300 2 ) Thallium Stress 1 $ lODU 3) Exercise Muga Stress 1 $ 480 4 ) Barium Enema 1 $ 200 { C. Other Flu Shots 225 $ 12 D. Please list- any other charges associated with fulfilling this RFP. EAILURE TO COMPLETE S I 6N. AND RETURN THIS FORM MAY I SGUAL I FY THIS PROPI , _.n page 2 of 3 93- 423 kAhaNw CITY OF MIAMI, FLORIL `RFP 7. 92-93-067 PROPOSAL FORM (Contd) ATTACNriEhT g PART III HFPATIM B Est, unit Price HEPATITIS B IMMUNIZATIONS In accordance with Specifications (a) Hepatitis B Screening HBsab Titer HBsab Titer and training module (b) First injection (c) Second injection (d) Third injection (e) Booster Series (f) Additional Costs (if any) 1 $ 22 1 $ 35 400" $ 54 400 $ 54 400 $ 54 1 $ 130 $ 0 Social Security or Federal Employer Identification No.592694078 Occupational License No. 279026 Expires: 9/93 (copy to be submitted with this proposal) Proposer: Mercy Outpatient Center Signature: page 3 of 3 93- 423 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 25 TO : Honorable Mayor DATE : JUN L V ��JV FILE and Members of the City Commission SUBJECT Recommendation for Resolution and Award of RFP No. 92-93-067 (Physical Examinations/ FROM : Ces io REFERENCES. Hepatitis Program) Cit ager ENCLOSURES: 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 (employment and annuals for Police --and Fire) and a Hepatitis B Immunization Program to the Department- of Personnel Management at a proposed first year annual cost of $443,009. The contract would be for a three-year period. BACKGROUND In an effort to secure a broad range of providers, invitations to perform physical examinations and a Hepatitis B Immunization Program for the C. �y of Miami were sent to various firms- This effort resulted responses from five firms of which four were not deemed responsive. Section 2-268 of the Charter and Code of the City of Miami mandates the Department of Personnel Management to establish and maintain medical services which shall include a medical examination of employees and potential employees. To fulfill this requirement, sealed proposals were ;,!ceived May 10, 1993. In addition to physical examinations; this RFP document incorporated a Hepatitis B Lmmunization Pr,,,<ram and various other medical services such as back x-rays, EKGs and in-depth audiological screenings. Based on an ev,%luation by the three medical professionals from the private sector and staff from Departments of Personnel Management, Police and Fire of the three potentially eligible responses received, it is jointly recommended that the contract be awarded to Mercy Oi:.....:,tient Center. Provisions have been made within the fiscal yea., .993 operat yg budgets of the Departments of Personnel Managemer, , Police and Fire for this service. 93- 423 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Judy S. Carter DATE . June 10, 1993 FILE Chief Procurement Officer Dept. of General Servi es Admin./ SUBJECT : RFP #92-93-067 Solid Waste Physical Examination/ L Hepatitis Program Approvals FROMPAssistant Angela R. Bell y REFERENCES: City Manager ENCLOSURES: This department has verified available funding with the Depart- ment of Management and Budget that funds are available to cover the cost of the subject RFP in the amount of $443,009, Account Code Numbers: 270101 - 260 (Personnel Mgmt.) 280401 - 260 (Fire) 290201 - 260 (Police) Budgetary Review & Approval By: r Manoh Assis ARB: 5. 5urana t City Manager 93- 423 3 W CITY OF MIAMI, FLORIDA PROPOSAL FORM (Continued) RFP NO. 92-93-067 IMPORTANT: PROPOSAL FORMS AND PROPOSAL ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE, IDENTIFIED BY RFP NUMBER, TIME AND DATE OF RFP OPENING. IF SECURITY IS REQUIRED, A PROPOSAL WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED. NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S)% SSJ Medical Development, Inc d/b/a Mercy Outpatient Center William Heuson PhD - President Manuel Carbonell,MD - Secretary William Goldrich, CPA - Treasurer a) List principal business address: (street address) 3659 S. Miami Avenue, Miami, FL 33133 b) List all other offices located in the State of Florida: (street address) N/A Name of individual honing license in this profession (if applicable) : Please see attached resumes amd licenses MINORITv PROCUREMENT COMPLIANCE The undersigned proposer acknowledges that (s)he has received a copy of Ordinance #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. Proposer: Mercy Outpatient Center Signature: ��'1��21 (K4 jr (Citi�w� (company name) Date: 5/7/93 Print Name: Maureen G. Mann, Administrator Indicate if Business is 51% Minority -owned: (Check one box only) [ ] BLACK [ ] HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PL•x►N If firm has an existing plan, effective date of implementation: 5/11/92 If firm does not have an existing plan, the successful Proposer(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. see Appendix I for sample. Proposer: Mercy Outpatient Signature: (company name) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISOUALIFY THIS PROPOSAL 93- 423 AWARD OF REP RFP No. 92-93-067 ITE Physical Examinations and Hepatitis B Immunizations DEPARTMENT: Personnel Management TYPE OFPURCHASE: On a contract basis for three (3) years. REASON: To provide annual physical examinations and Hepatitis B Immunizations for Police and Fire personnel and employment physicals examinations to Personnel Management. PROPOSALS RECEIVED: 5 FUNDS: General Operating Budget for the Departments of Personnel Management, Account Code No. 270101-260; Fire, Account Code No. 280401-260; and Police, Account Code No. 290201-260. PROPOSAL EVALUAT=;.: - RFP'S Mailed RFP Responses ALL VENDORS ............................ 37 5 MINORITY/FEMALE (M/F) VENDORS.......... 17 1 Within City limits .................. 14 1 Registered with City ................ 6 0 Black (B) Vendors .. .. ................ 1 1 Located within City limits.......... 0 1 Registered with City ................ 1 0 Female (F) Vendors ...... .............. 2 0 Located within City limits.......... 1 0 Registered with City ................ 2 0 Hispanic (H) Vendors.. ............ 14 0 Located within City limits.......... 13 0 Registered with City ................ 3 0 NON MINORITY (NM) VENDORS .............. 20 4 Located within City limits.......... 15 0 "No Proposals" ......................... - 1 The reasons for not submitting proposal are as follows: CONTRACT MEDICAL SERVICES - "WE DO NOT PROVIDE THIS PARTICULAR SERVICE" 7 IT IS RECOMMENDED THAT THE AWARD BE MADE TO MERCY OUTPATIENT CENTE LOCAL N=MINORITY, VENDOR AT A PROPOSED ANNU C T OF $ 43,009.00. hief Pr cu em ,,;, Off i er to 93- 423 City of Miami Phyz.Cal Examination/Hepatitis RFP Evaluation RFP No. 92-93-067 Vendor 1. Port of Miami 2. Occupational Medical Center 3. Mercy Outpatient Medical Center, Inc. __ogram Evaluation Response did not meet the City's specifications. Specifically, Part I, item 4, required that the "Provider must have operable equipment, as well as adequate back-up and a licensed facility to conduct the required examinations and analyze their results, at the time of inspection by City representatives. Crash Cart and Emergency Response Procedure required for Cardiovascular Stress Test". Facility did not have the required cardiovascular stress test equipment at the time it was inspected by the City on May 25, 1993. Response did not meet the City's specifications. Specifically, Part I, item 4, required that the "Provider must have operable equipment, as well as adequate back-up and a licensed facility to conduct the required examinations and analyze their results, at the time of inspection by City representatives. Crash Cart and Emergency Response Procedure required for Cardiovascular Stress Test". Facility did not have the required cardiovascular stress test equipment at the time it was inspected by the City on May 25, 1993. Meet all specifications of RFP. W Note: Sunshine Medical Center submitted a proposal, however, documentation indicated facility location as 6341 Sunset Drive which is not within the corporate limits of the City of Miami as required in RFP Specifications. Therefore, RFP was not evaluated. 93-- 4,923 CITY OF MIAMI Physical Examinations RFP Financial Analysis Proposer: Mercy Outpatient Center Non -Minority 3659 S. Miami Avenue Part I Physical Examinations Employment/Miscellaneous Est. Description Quantity Mercy A. Basic Physical Examination 170 $100/17,000 B. Additional/Optional Items 1. Back X-Ray 170 115/19,550 2. Chest X-Ray 170 71', ,' i :', 750 3. EKG 170 45j 7,650 4. Audiological Screening 170 15/ 2,550 5. Pulmonary Function 'Pest 1 20/ 20 6. Blood Type and Rh Typing 1 10/ 10 7. Rubella Titer 1 10/ 10 8. Rubella Immunization 1 30/ 30 9. Review of Miscellaneous 50 10/ 500 Medical Records 10. HIV Testing & Counseling A. ELISA Test 50 20/ 1,000 B. Western Blot 1 50/ 50 C. Pre Counseling 50 5/ 250 D. Post Counseling 50 5/ 250 11. Hepatitis B Screening 50 ?% 1,100 (HBsab Titer) 12. Cardiovascular Stress Test 1 300/ 300 Subtotal: 63,050 Part II. Annual Physicals Departments of Fire, Police and as designated f -- Est. Description Quantity A. Fire Department Physical Examination 1) Basic Physical 2) Additional/Optional Exams a) Speculum and Bi-Manual Exam including Pap Smear b) Mammogram c) Comprehensive Hearing Test d) Cardiovascular Stress Test 1) Echocardiogram 2) Thallium Stress 3) Exercise Muga Stress e) Hepatitis B Screening f) Tetanus Toxoid Immunization g) Tetanus Booster h) Sickle Cell i) Hemogloblin Electrophoresis j) Pulmonary Function Test 1) Flow Volume Loop 2) Post Bronchodilatory Study k) Radiological Evaluation 1) Flexible Sigmoidoscopy m) Colonoscopy 450 Mercy $100/$45,000 15 15/ 225 8 100/ 800 1 25/ 25 200 300/ 60,000 1 300/ 300 1 1,000/ 1,000 1 480/ 480 1 22/ 22 1 50/ 50 1 20/ 20 1 10/ 10 1 20/ 20 1 20/ 20 1 100/ 100 100 75/ 7,500 10 250/ 2,500 5 750/ 3,750 Subtotal: 121,822 Part II. Annual Physicals Departments of Firri,`Police and as designated Est. Description Quantity B. Police Department Physical Examination 1) Basic Physical 1100 2) Additional/Optional Exams a) Radiological Evaluation b) Skin Test c) Cardiovascular Stress Test 1) Echocardiogram 2) Thallium Stress 3) Exercise Muga Stress 4) Barium Enema C . Other Flu Shots Subtotal: SUBTOTAL: (Annuals) Mercy 100/110,000 300 75/ 22,500 1100 10/ 11,000 150 300/ 45,000 1 300/ 300 1 1,000/ 1,000 1 480/ 480 1 200/ 200 225 12/ 2,700 $193,180 $315,002 rt III. Hepatitis B HEPATITIS B IMMUNIZATIONS In accordance with Specifications (a) Hepatitis B Screening • HBsab Titer • HBsab Titer and training module (b) First injection (c) Second injection (d) Third injection (e) Booster Series (f) Additional Costs (if any) Subtotal: Est. Qty. Mercy 1 22/ 22 1 35/ 35 400 54/21,600 400 54/21,600 400 54/21,600 1 130/ 130 $64,987 TOTAL: $443,009 'j_SECORYTT LIST - SID ITRX: r PHYSICAL EXAMINATIONS AND A HEPATITIS - ----- B IMMUNIZATION . errrr_rr_---�r_werr -PROGRAM ----------------------------------------- DID 80.s 92-93-067 r__rr-rrr_e-•rerwerrrr_rr...r_-r _rrwwe-e-wr DATE BIDS) OPENED: _ MAY-lOL_199310:30 AM TOTAL DID SOFD_Sorj , �-•--� BIDDER BID ABOUNT CASHIER'S -CHECK___ MERCY OUTPATIENT CENTER PORT OF MIAMI MEDICAL CLINIC SUNSHINE MEDICAL CENTER SERVICES. enj_2 ____received () envelopes on behalf of ibids) (City Department SIGNE '93 MAY 10 Al0:30 MATT i' l-RRAl CITY CLERK CITY OF MIAMI, FLA. LEGAL ADVERTISEMENT gFP ..NO: _ 92-93-467 ( ( F tr 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� May 10 R- 1993 to provide physical examinations.-and'a":-';Hepatitis"',B Immunization Program, on a Icontract basis for three (3) years, on behalf of the Department of Personnel Management. Proposals submitted after the deadline and/or submitted to any other location or office shall be deemed not responsive and will 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. Local preference may be applied to proposers whose primary office is located within the City of Miami, provided the amount of the proposal is not more than ten percent (10%) in excess of the lowest other responsible proposal. Detailed specifications for the proposals are available upon request at the City Procurement Office. The City Manager may reject all proposals and readvertise. (Ad No. 0843) Cesar H. Odio City Manager _ is yp�k� •.. l" t41 i I � City of Miami 0843 °Mir Pao FOR ADVERTISEMENT This number must appear in the � v%--till,REQUISITION Ear r4 advertisement INSTRUCTIONS:`` P a e and attach a copy of the advertiAgment with this reaulsitlon. 1. Department: 2. Division: Procurement for Personnel M mt. 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: 270101-287 ❑ Yes 13d No'Maritza Pages 6. Size of advertisement: 7. Starting date: 8. Telephone number: Le al 4 4 21 93 ` - 9. Number .of times this advertisement is to be 10. Tye of advertisement: published: ne 1 Legal ❑ Classified ❑ Display 11. Remarks: , RFP NO. 92-93-067: Physical Examinations & Hepatitis Mmmunization 12. Dates) • of Advertisement Publication Invoice No. Amount Miami Retiew Miami Times Diatio Las Americas r� t t I t { r J j 13. Approved Disapproved L/ } Departent}Di ALt"Deee Date Approved for Payment Date 11 C IGS/PC 503 Rev. 12/89 i DISTRIBUTIONr Whitehite - G d Can ^a ary to GDe rtmen. (Procurement Management) and retain PinK copy.