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.