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