Loading...
HomeMy WebLinkAboutR-93-0710U-93-807 11/5/93 RESOLUTION NO. 93- 710 A RESOLUTION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSAL OF OCCUPATIONAL HEALTH SERVICES OF AMERICA, INC., TO PROVIDE PHYSICAL EXAMINATIONS TO THE DEPARTMENT OF PERSONNEL MANAGEMENT, ON A CONTRACT BASIS, FOR ONE (1) YEAR, AT A PROPOSED FIRST YEAR COST OF $27,360; ALLOCATING FUNDS THEREFOR FROM THE GENERAL OPERATING BUDGET, ACCOUNT CODE NO. 270101-260; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, AND THEREAFTER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE. WHEREAS, the City of Miami's Personnel Department needs to initiate this service for abbreviated, return -to -work and promotional physical examinations; and WHEREAS, invitations to provide the above 14sted services were mailed to twenty-two (22) potential proposers; and WHEREAS, pursuant to public notice, sealed proposals were received from five (5) firms on September 2, 1993; and WHEREAS, funds for this purchase are available from General Operating Budget, Account Code No. 270101-260; and WHEREAS, the City Manager and the Director of the Personnel Management Department recommend that the proposal received from Occupational Health Services of America, Inc., be accepted as the most responsible and responsive proposal; CITY COMMISSIOX MEETING OF NOV 2 3 1993 Resolution Na 93- 710 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. i Section 2. The proposal of Occupational Health Services of America, Inc., for abbreviated, return -to -work and promotional physical examinations, at a proposed first year cost of 'i $27,360.00 is hereby accepted, with funds therefor hereby j allocated from the General Operating Budget, Account Code No. 270101-260. i Section 3. The City Manager is hereby authorized to enter into a one-year contract, in substantially the attached form, with an option to renew for one (1) additional year at the same prices, terms, and conditions, and thereafter to instruct the Chief Procurement Officer to issue a purchase order for this service. Section 4. This Resolution shall become effective immediately upon its adoption. I i 93- '710 -2- PASSED AND ADOPTED this 23rd day Of November_ 1993. STEPHEN P. CLA K MAYOR ATTE MAT Y HIRAI CITY CLERK PREPARED AND APPROVED BY: r CARMEN L. LEO ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A. I Q Jgtxs, III CITY ATTOPP& CLL:esk:M3979 PxOFESSIONAL SERVICES AGREEMENT 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 Occupational Health Services of America, Inc. hereinafter referred to as "PROVIDER." R E C I T A L: WHEREAS, the CITY is desirous of entering into an agreement with Occupational Health Services of America, Inc. for the purpose of securing a firm to provide physical examinations; and WHEREAS, this service will be used by the Department of Personnel Management for the purpose of performing physical examinations as part of the employment process; WHEREAS, funding is available in the operating budget of the Department of Personnel Management; NOW, 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. TERIC. The term of this Agreement shall be from the 1st day of December 1993 through November 30, 1994 with the option to renew for one additional year at the same prices, terms and conditions. 0" 9 3 - 710 C , - IL 1� II. 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, twenty seven thousand, three hundred sixty dollars and zero cents ($27,360) 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 records and related records of PROVIDER pertaining to any payments by the CITY. WIM COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local governments. A. 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 — 2 - 93- 710 to the other party it the address indicated h,..ein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI PROVIDER Angela R. Bellamy Assistant City Manager City of Miami Office of the City Manager Occupational Health Services of America, Inc. 225 NE 34th Street Suite 100 Miami, FL 33137 P. 0. Box 330708 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 4 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 - 3 - 93- 710 such laws, then -ume shall be deemed severaole, 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 A 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. - 4 - 93- 710 AUDIT RIGHTS: CITY reserves the right to audit the records of PROVIDER pertaining to the work and payments related to this project at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. IX. AWARD OF AGREEMENT: PROVIDER warrants that it has not employed or retained any person employed by the CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the CITY any fee, commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. X. CONSTRUCTION OF AGREEMENT: This Agreement shall be construed and enforced according to the laws of the State of Florida. XI. SUCCESSORS AND ASSIGNS: A This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. 93- 710 5 - XII. INDEMNIFICATION PROVIDER shall indemnify and save CITY harmless from and against any and all claims, liabilities, losses, and causes of action which may arise out of PROVIDER's activities under this Agreement, including all other acts or omissions to act on the part of PROVIDER, including any person acting for or on its behalf, and, from and against any orders, judgments, or decrees 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 4 the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that it shall fully comply in all respects with the terms of said laws. 93- 710 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 II 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 a 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. 93-- 710 - 7 - XVI. .1-----r•s -mt WT 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 A is subject to amendment or termination due to lack of funds, or authorization, reduction of funds, and/or change in regulations. 93- 710 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. - 9 - 93- 710 IN WITNESS WriEREOF, the parties hereto have caused this instrument to be executed by the respective officials thereunto duly authorized, this the day and year first above written. CITY OF MIAMI, a municipal Corporation of the State of ATTEST: Florida: By: MATTY HIRAI CESAR H. ODIO City Clerk City Manager ATTEST: PROVIDER: By Corporation Secretary Title (Seal) APPROVED AS TO INSURANCE APPROVED AS TO FORM AND REQUIREMENTS: CORRECTNESS: Insurance Manager A. QUINN JONES, III City Attorney p - 10 - 93- 710 Attachment A SCOPE OF SERVICES CITY OF MIAMI 1.4 40 = Z• •Z Part I - Physical Examinations 1. Examinations must be performed by a physician licensed in the State of Florida. Physician(s) performing promotional and/or return to work physicals must be Hoard eligible or certified in Internal Medicine or Family Practice. 2. X-ray results must be interpreted by a Radiologist. 3. A Cardiologist must interpret EKG results. 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. 5. Provider's facility must have adequate reception area. 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 Proposal. 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. 8. All physical examinations, 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. 9. The provider shall designate a program manager who will be responsible for program coordination and will provide a single point interface between the City and the provider on all matters concerning the contract. 93- 710 page 1 of 6 RFP NO. 92-93-156: SPECIFICATIONS (Continued) 10. All such physical examinations, tests and related medic;I procedures shall be performed in accordance with establish,. medical protocol, which will be provided after awarding c RFP. 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 acceptable. 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 an( 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 a.m to 5:00 p.m., Monday through Friday, on the appointed day. NOTE% This does not apply to return to work from personal illness or injury abbreviated physical examinations. 18. Employees/applicants who upon completion of their physical examination are temporarily deferred will be examined again when necessary at no additional charge. 19. The provider will complete the City's medical examination form in its entirety. page 2 of 6 9 3" 71.0 RFP NO. 92-93-156: SPECIFICATIONS (Continued) 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. Proof of educational credentials, resumes and licenses of physician(s), Radiologist and Cardiologist must be submitted with RFP package. 22. Provider's facility and primary office must be within City of Miami limits. 23. Facility must be accessible via public transportation. If not, provider must present and provide an acceptable, alternate transportation plan, at no cost to the City or applicant. Alternate transportation must be approved and in place at time of contract award. FAILURE TO PROVIDE AN ACCEPTABLE, ALTERNATE TRANSPORTATION PLAN WILL BE CAUSE FOR DISQUALIFICATION OF PROPOSER'S PROPOSAL. SEE MEDICAL PROTOCOL PART I AS FOLLOWS 4 page 3 of 6 93- '710 RFP NO. 92-93-156: SPECIFICATIONS (Continued) Medical Protocol (Physical Examinations - Employment, Promotional and Miscellaneous) PHASE I 1. MEDICAL HISTORY SHEET: Examinee will complete a family and personal medical history to be reviewed by the physician with him/her at time of physical exam. 2. LABORATORY WORK -UP: a. Hematology Panel: Red blood cell count Mean Corpuscular Volume White blood cell count Mean Corpuscular Hemoglobin Hemoglobin Mean Corpuscular Hemoglobin Concentration Hematocrit Differential Glucose Urea Nitrogen Uric Acid Cholesterol Total Protein Alkaline Phosphatase Lactic Dehydrogenase (LDH) Transaminase (SGOT) GGTP SGPT Calcium „ Phosphorus Total Bilirubin Albumin Albumin Protein PH Blood Ketone Bodies page 4 of 6 Sodium Potassium Chloride CO 2 Creatinine Triglycerides Iron A/G Ratio Globulin Indirect Bilirubin Direct Bilirubin Bun/Creatinine Ratio Urobilinogen Bilirubin Nitrite Specific Gravity Microscopic 93- "710 RFP NO. 92-93-1562 3. PRO TEST 4. EYE TEST: SPECIF.,-ATIONS (Continued) The acuity test should screen for both near and for distance acuity on a scientifically accurate instrument that checks for keenness of vision, depth perception, balance of eye muscles and the ability to differentiate colors. Examination should be conducted with and without corrective lenses. To evaluate range. PHASE II A. PHYSICAL EXAMINATION BY: Palpation Observation Auscultation Percussion To include the following: Vital signs - TPR, Blood pressure (both arms) Endocrine System Height External Genitalia Weight Eyes (fundi, focus) general Head, scalp, face Ocular motility Pupils (equality and reaction) Upper extremities (strength, range of motion) Lower extremities (strength, range of motion) Neck (thyroid, lymphs, vessels) Ears (int. & ext. canals-cerumen) Ear drums (perforation) Nose (sinuses) Mouth (tongue, teeth, gums) Throat (condition of tonsils) Spine, other musculoskeletal Skin (scars/rash) lymphatics Neurological Mental Stability/Health Equilibrium General Appearance Lungs, chest (include breast) Heart (thrust, size, rhythm, sounds) Vascular System (varicosities, etc.) Abdomen, Viscera (check hernias) page 5 of 6 93- 710 RFP NO. 92-93-156: SPECIFICATIONS (Continued) B. Abbrgviated Return to Work Physical The abbreviated physical is conducted to enable an employee to return to work from personal illness and/or injury (examples of an illness or injury which might require an abbreviated examination for clearance to return to work could include, but are not limited to the following: upper respiratory infection, first or second degree burns, various types of surgery, back injury, sprained wrist, foot injury, etc.). 1. Back X-ray Provide two views of the back; lumbo-sacral spine and pelvis. Provide written interpretation of results. Deliv--,.t results to the Department of Personnel Management with;.n 72 hours. 2. Chest X-ray Anterior/posterior and lateral views. Provide written interpretation of results. Deliver results to the Department of Personnel Management within 72 hours. 3. EKG - 12 lead with rhythm strip. Provide written interpretation of results. Deliver results to the Department of Personnel Management within 72 hours. 4. Audiological Screening Will test the normal hearing range, 500 to 4,000 HERTZ, using high quality equipment. Provide written interpretation of results. A I. 5. Rubella Titer 6. Rubella Immunization 7. Review and provide written interpretation and/or medical resume of employee/ applicant medical records from another agency. 8. Hepatitis B Screening (HBsab Titer) 9. Measles, Mumps, Rubella Immunizations. page 6 of 6 3 3 _ 710 Attachment B CITY OF MIAMI, FLOh�JA RFP NO. 92-93-156 PROPOSAL FORM (Contd) PRICE PROPOSAL SHEET PART I PHYSICAL EXAMINATIONS Employment, Promotional and Miscellaneous Est. Description Quantity A. Basic Physical Examination 530 B. Abbreviated Return to 450 Work Physical C. Optional Examination Components 1. Chest X-Ray (2 views) 2. Back X-Ray (2 views) 3. EKG 4. Audiological Screening 5. Rubella Titer 6. Rubella Immunization 7. Review of Miscellaneous Medical Records 8. Hepatitis B Screening (HBsab Titer) 9. Measles, Mumps, Rubella Immunization D. Please list ,any other charges associated with fulfilling this RFP. 1 1 1 1 1 1 1 1 Unit Price $ 30*.00 $ 25.00 � 11 1 1� Social Security or Federal Employer Identification No. 59-2461013 Occupational License No. 134225-2 Expires: 9/30/93 (copy to be submitted with this proposal) Proposer: Signature of America, Inc. page 1 of 1 93- 710 CORPORATE RESOLUTION WHEREAS, the Board of Directors of Occupational Health Services of America, Inc. has examined terms, conditions, and obligations of the contract with the City of Miami for Physical Examinations. 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 Occupational Health Services of America, Inc. 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, 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 4 WITNESS day of Chairman, Board of Directors 93 710 �Plp_SEGORITt_LIST PHYSICAL EXAMINATIONS gran tz�= 3120 wo. a RFP-92-93-156 sATI 3XV(S) OPIKIDS AUGUST 30, 1993 10:30 a.m. �1-�•YIY_M N! lNwr_NrlOr_�N_r__ �I 'DOTAL �ID_SOWD�or PIP DER ED AVOU tT CASEIRR'S CHECK THE ACCUPATIONAL MEDICAL CENTS PORT OF MIAMI MEDICAL CLINIC GOVERMENT CENTER HEALTH SERVIC OCCUPATIONAL HEALTH SERVICES 0 AMERICA COMPREHENSIVE• HEALTH CENTER, I-C. 7d. -------------- --- ------------- -----_�- -.ter-.-.-r �-- --w---------- -ip-sY. /rJMprw -------- -- `---------•---- - l-r-SM_M-s -_r_--w _!_--'•-N-�.-- p�-rww--sw-----r__�► • ------ r-i.r- � ���fww(N •►� ^� ---M----- -- --! w-----�•--Yw- w- -- w-! f---•►+w---w--- ww--w--- --w ----N----.•.---- . r -M Nw-i -wr r-------- --------N w--� ------------------w-- _ Z �� ___ T*caived ( S) envelopes on behalf of arso ne • a bfds) t..GSA/Solid-Procurement Division (City Department) ( pyty City Clerk) r —� Office of flie City C' P.O. Box 330708 Miami, Florida 313233-0708 "A.U630 ANON, G W rn LEGAL ADVERTISEMENT -�c�� r- ce, C7 in--+--i RFP NO. 92-93-156 01 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. Au u� st 30 , 19993,, to provide promotional physical and/or return to work physical examinations, on a contract basis for one (1) year, 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. 1407) Cesar H. Odio City Manager a �T�', . 1 y. • -{. i ,.,' t .i1� �f«�fo- p cy;? ii is City of Miami;;; ``t rip REQUISITION FOR ADVERTISEMENT This number must appear In the .. ' advertisement NS R TIO a ii 1. Department 2. Division: Erocurement tfor Personnel Ma a ement 3. Account Code number: 4. Is thisa confirmation: 5. Prepared by: 270101-287 ❑ Yes FK1 No . Maritza Pages 6.. Size of adde llsementt 7. Starting date: 8. Telephone. number: 8 10 93 575-51.74 9. Number of timesthis. advertisement is to be 10. Tye of advertisement: 'Published: One 1 Legal ❑ Classified 0 Display 11. Remarks: Bid No. 92-93-156 Physical ExaminZ&td)G8s 19 . Approved Disapproved -t�ment Publication ' t. Date(s) of Advertisement Invoice No. Amounticas i I f,7 i•. y t i esi n Date Approved for Payment i 5 p q(fJ°'((,, y Routing Forward White and Canary to G.S.A. (Procurement Management) and fete n Plnk ""` DISTRIBUTION: White - G.S.A.; Cana t� ry -Department TO: Honorable Mayor and Members of the City Commission FROM : Ces r Odi o Cit Manager RECOMMFMATION CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : jVi v �` 51993 FILE SUBJECT : Recommendation for Resolution and Award of RFP No. 92-93-156 (Physical Examinations) REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt a resolution to award a contract to Occupational Health Services of America, Inc., 225 NE 34th Street, Suite 100, a local non - minority proposer, to provide physical examinations to the Department of Personnel Management at a proposed first year cost of $27,360 with an option to renew for an additional one year period. BACKGROUND In an effort to secure a broad range of providers, invitations to perform physical examinations for the City of Miami were sent to various firms. This effort resulted in responses from five firms of which one was 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 received August 30, 1993. Based on an evaluation by the two medical professionals from the private sector and staff from Department of Personnel Management, of the four potentially eligible responses received, it is jointly recommended that the contract be awarded to Occupational Health Services of America, Inc. Provisions have been made within the fiscal year 1994 operating budget of the Department of Personnel Management for this service. 93- 710 PAi-I CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Judy Carter DATE : October 6, 1993 FILE Chief Procurement Officer Departmen General Services SUBJECT : RFP #92-93-156 dm' at n and Solid Waste Physical Examination Approval FROM : ng d e amy REFERENCES : Ass tant City Man er ENCLOSURES: This department has verified available funding with the Department of Management and Budget that funds are available to cover the cost of the subject RFP in the amount of $27,360, Account Code Number - 270101-260 (Personnel Management). Budgetary Review & Approval By: �v Manohar S. Surana Assistant City Manager RSJ/atc 93- 710 CITY OF MIAMI, FLIr ~I .9 NO. 92-93-156 PROPOSAL FORM (Cont�..aed) IMPORTMT: 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): See Attached List _ Noet J. Guillama. Dirocro Christian Tell_ez. VPINIar. keting Dir a) List principal business addressXi6&t&J&ns@ddyl�rNfurer 225 N . 34th Street. Suite 100. Miami, FI. 33117 b) List all other offices located in the State of Florida. (street address) 965 West Flagler Street. Miami, F. 33101 6445 SW 8 Street, Miami.F1. 33144 Name of individual holding license in this profession (if applicable): Rafael Montoro. M_D_.Fnj:jgnP J_ HiiPrtac, MD-O cCar ralvezJID MINORITY PROCUREMENT COMPLIANCE The undersigned proposer acknowledges that (s)he has received a copy of Ordinance t10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provipions therein, including any amendments thereto. Proposer: Signature: Occupational Health Services of America, Inc. (company name) Date: 8/27/93 Print Name: Yolanda DeArmas Indicate if Business is 51% Minority -owned: (Check Qg box only) [ ] BLACK. [ ] HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PLAN If firm has an existing plan, effective date of implementation: 3/30 /93 'If firm does not have an existing plan, the Successful Proposer(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance _ 410062 as amended. See Appendix I for sample. .Proposer: Signature: Occupational Health Services of America, Inc. (company name) FAILURE TO COMPLETE, SIGN. AND RETURN THIS CORM MAY DISQUALIFY HIS PROPOSAL 93- 710 .> AWARD OF RFP Bid No. 92-93-156 Promotional and/or Return to Work Physical Examinations . 12EPARTMENT: Personnel Management TYPE OF PURCHASE: Contract for one (1) year with the option to extend for an additional one (1) year period. REASQN: To perform physical examinations for general employees. POTENTIAL PROPOSERS: 22 PROPOSALS RECEIVED: 5 FUNDS: General Operating Budget Account Code No. 270101-260. PROPOSAL TABULATION: Attached PROPOSAL EVALUATION: Proposals Mailed Proposal Responses ALL VENDORS ............................ 22 5 MINORITY/FEMALE (M/F) VENDORS.......... 11 1 Within City limits .................. 11 1 Registered with City ................ 3 0 Black (B) Vendors..... ............ 2 1 Located within City limits.......... 2 1 Registered with.City................ 2 1 Female (F) Vendors ..................... 0 0 Located within City limits.......... 0 0 Registered with City ................ 0 0 Hispanic (H) Vendors ................... 9 0 Located within City limits.......... 9 0 Registered with City ................ 2 0 NON MINORITY (NM) VENDORS .............. 11 4 Located within City limits.......... 11 4 "No Proposals ......... 0.0.............. - 0 "Non Responsive" ....................... 1 RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO OCCUPATIONAL HEALTH SERVICES OF AMERICA, A LOCAL/NON-MINORITY VENDOR, AT A TOTAL PROPOSED FIRST YE COST OF $27,360.00. C hl,fPo m tOffier 10 al 92 ate / 93- 710 pw p;x SEEWrICN CRnUtIA Professional Experience Experience with governmental agency (15 points) Experience performing employment physical examinations (15 points) Price Facility Proximity (10 points) Parking (5 points) - Facility (10 points) - IIluipment (10 points) CITY OF MIAMI REQvESr EM PF40POSAL EM PHYSICAL EXAMIlWICM CRITERIA/EVAUIATICH Occupational Port Govt. Center Ciocup. Health Svcs. of Health Svcs. amprehensive Medical POIM of America Miami Inc. Health Center Center 30 30 12 12 6 9 35 35 30 35 35 0 35 22.5 35 25 10 27.5 87.5 77 72 51 36.5 Non -responsive CITY OF MIAMI Physical Examinations EPP Financial Analysis Part I Physical Examinations - EPPloyment, Promotional and Miscellaneous Occupational Government Occupational Description Est. Quantity Health Svcs. of America Comprehensive Health Center Center Health Services, Inc. Port of Miami Medical Center A. Basic Physical Examination 530 030/15,900 $35/18,550 $47/24,910 055/29,150 $80/42,400 B. Additional/Optional Items I. Abbreviated Return to 450 25/11,250 23/10,350 25/11,250 25/11,250 80/36,000 Work Physical 2. 3. Chest X-Ray 1 20/ 20 40/ 40 20/ 20 35/ 35 49/ 40 Back,X-Ray 1 30/ 30 70/ 70 35/ 35 40/ 40 75/ 75 4. 5. EKG Audiological Screening 1 1 15/ 15 12/ 12 55/ 55 75/ 75 20/ 20 15/ 15 40/ 40 10/ 10 40/ 40 15/ •15 6. 7. Rubella Titer 1 40/ 40 45/ 45 20/ 20 50/ 50 15/ 15 Rubella Immunisation 1 18/ 18 25/ 25 20/ 20 40/ 40 25/ 25 S. Review of Miscellaneous Medical Records 10/ 10 1 per page 20/ 20 25/ 25 20/ 20 9. Hepatitis B Screening 1 35/ 35 65/ 65 15/ 15 35/ 35 20/ 20 (HBsab Titer) 10. Measles, Mumps, Rubella 1 30/ 30 40/ 40 56/ 50 45/ 45 30/ 30 Immunization Subtotals $27,360 $29,315 $36,375 $40,720 $78,680 Lea ss Review of Medical Records <10> 0 <20> <25> <20> ----- Totals 27,350 JLSL,315 jLk,355 jjqL695 78,660