HomeMy WebLinkAboutR-92-0639J-92-403
10/8/92
RESOLUTION NO. 9 2- 639
A RESOLUTION, WITH ATTACHMENT(S), ACCEPTING
THE PROPOSAL OF MT. SINAI MEDICAL CENTER OF
GREATER MIAMI, INC. TO FURNISH PHYSICAL
EXAMINATIONS FOR THE DEPARTMENT OF PERSONNEL
MANAGEMENT, AT AN ESTIMATED AMOUNT OF
$87,650, WITH SAID FUNDS THEREFOR BEING
ALLOCATED FROM THE FY '93 OPERATING BUDGETS
OF THE DEPARTMENTS OF PERSONNEL MANAGEMENT,
(ACCOUNT NO. 270101-260), FIRE, RESCUE AND
INSPECTION SERVICES, (ACCOUNT NO. 280201-
260), AND POLICE (ACCOUNT NO. 290201-260);
AUTHORIZING THE CITY MANAGER TO ENTER INTO AN
AGREEMENT, IN SUBSTANTIALLY THE ATTACHED
FORM, WITH MT. SINAI MEDICAL CENTER OF
GREATER MIAMI, INC. FOR THE PERIOD OF
NOVEMBER 1, 1992 THROUGH MAY 31, 1993;
DIRECTING THE CITY MANAGER TO SOLICIT REQUEST
FOR PROPOSALS FOR FUTURE PHYSICAL
EXAMINATIONS FROM PROVIDERS WHOSE PRIMARY
OFFICES ARE LOCATED WITHIN THE CITY OF MIAMI.
WHEREAS, thirty-three Request for Proposals solicitations
were mailed to various firms to seek a broad range of responses
from physical examination providers and to afford a competitive
process for the provision of these services; and
WHEREAS, said 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
designated annual and miscellaneous physical examinations; and
WHEREAS, six responses were received and opened on May 11,
1992, to provide said services; and
CITY COM USSION
MEETING OF
0 C T 0 81992
Resolution No.
92- 639
WHEREAS, the proposal received from Mt. Sinai Medical Center
of Greater Miami, Inc., was the most advantageous to the City;
and
WHEREAS, funding is available to be allocated from the
appropriated funds from Account No. 270101-260 - Department of
Personnel Management, Account No. 280201-260 - Department of Fire
Rescue and Inspection Services, and Account No. 290201-260 -
Police Department;
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 for furnishing physical
examinations is hereby accepted from Mt. Sinai Medical Center of
Greater Miami, Inc. in an estimated amount of $87,650, with said
funds therefor hereby allocated from the FY '93 Operating Budgets
of the Department of Personnel Management (Account No. 270101-
260), Fire, Rescue and Inspection Services (Account No. 280201-
260), and Police (Account No. 290201-260).
Section 3. The City Manager is hereby authorizedl/ to
enter into an agreement, in substantially the attached form, with
1�
The herein authorization is further subject to compliance
with all requirements that may be imposed by the City
Attorney, including but not limited to those prescribed by
applicable City Charter and Code provisions.
-2- 92- 639
Mt. Sinai Medical Center of Greater Miami, Inc., for the period
of November 1, 1992 through May 31, 1993.
Section 4. The City Manager is hereby directed to
solicit Request for Proposals for future physical examinations
from providers whose primary offices are located within the City
of Miami.
Section 5. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 8th day of octgber , 1992.
i
XAVIE . SUAR92t MAYOR
CITY CLERK
PREPARED AND APPROVED BY:
U �
CARMEN L. LEON
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
$10FESSIONAL SERVICES AGREE IT
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 Mt. Sinai Medical Center of Greater Miami, Inc.,
hereinafter referred to as "PROVIDER."
R E C I T A L:
WHEREAS, the CITY is desirous of entering into an agreement
with 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, and for
dehignated annual and miscellaneous physical examinations;
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.
TERM:
The term of this Agreement shall be from the 1st day of
November 1992 through May 31, 1993 at the same prices, terms and
conditions.
92- 639
- 1 -
I
SCOPE OP SERVICES:
PROVIDER will provide the services included in Attachment
"A" as incorporated herein.
COMPENSAT ION :
A) CITY shall pay PROVIDER, estimated compensation for the
services required pursuant to Paragraph II hereof, eighty seven
thousand six hundred fifty dollars and zero cents ($87,650) 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.
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
to the other par at the address iftdid&tsd a airy car `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 data of actual receipt,
whichever is earlier.
CITY Off' MIAMI PROVIDER
Angela R. Bellamy Mt. Sinai Medical Center
of Greater Miami, Inc.
Assistant City Manager
111 N.W. first Street
City of Miami
Miami, FL 33128
Office of the City Manager
P. O. 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
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
3,
phrases shall be deemed modified to the extent necessary in order
to conform with such laws, or if not modifiable to conform with
)
3
3 - 92- 639
such laws, then Ce shall be deemed sevee, and in either
event, the remaining terms and provisions of this Agreement shall
remain unmodified and in full force and effect.
VI.
OWNLRSHIP OF DOCUMMS
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.
NONDELMABILITY:
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.
t_
VIII.
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
fr?m 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:
This Agreement shall be binding upon the parties herein,
their heirs, executors, legal representatives, successors, and
assigns.
- 5 -
XII. -
INDENNIPICATION:
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
t
connection with this Agreement has any personal financial
interests, direct or indirect, with CITY. PROVIDER further
covenants that, in the performance of this Agreement, no person
having such conflicting interest shall be employed. Any such
interests on the part of PROVIDER or its employees, must be
disclosed in writing to CITY.
B) PROVIDER is aware of the conflict of interest laws of
the City of Miami (City of Miami Code Chapter 2, Article V), Dade
County Florida (Dade County Code Section 2-11.1) and the State of
Florida, and agrees that it shall fully comply in all respects
with the terms of said laws.
- 6 -
nook
XIV.
INDEPMDENT 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
a 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
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 -
92- 639
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:
i 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.
d
92 639
X 1 X .
DSPAULT 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
tot 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 VREOP, the parties hdte t have Caused this
instrument to be executed by the respective officials thereunto
duly authorized, this the day and year first above written.
ATTEST:
MATTY HIRAI
City Clerk
ATTEST:
Corporation Secretary
APPROVED AS TO INSURANCE
REQUIREMENTS:
Insurance Manager
I
CITY OF MIAMI, a municipal
Corporation of the State of
Florida:
By:
CESAR H. ODIO
City Manager
PROVIDER:
By
Title
(Seal)
APPROVED AS TO FORM AND
CORRECTNESS:
A. QUINN JONES, III
City Attorney
'lid -A
I
i
Attachment A
SCOPE OF S89VICES
The parties agree as follows:
1. Provider shall adhere to the Physical Examination
Protocol established by the City, a copy of which will
be furnished to Provider prior to the commencement of
services.
2.
Examinations must be performed by a physician licensed
in the State of Florida. Physician(s) performing pre-
employment, promotional and/or return to work physicals
must be Board certified or Board eligible in internal
i
Medicine or Family Practice. Fitness for Duty physicals
`
must be performed by a physician Board certified or
Board eligible in his or her specialized area.
3.
X-ray results must be interpreted by a Radiologist.
4.
EKG's must be interpreted by a Cardiologist.
! 5.
Provider must have operable equipment, as well as
adequate back-up and a licensed facility to conduct the
required tests and analyze their results, at the time of
inspection by City. representatives.
6.
Provider's facility must have reception area to
accommodate approximately•twenty (20) individuals.
7.
The City may require interviews of prospective providers
and inspection of facilities and equipment prior to the
award of this Bid.
B.
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 600 annually,
must be handled on a walk-in basis between 8:00 a.m. -
5:00 P.M.
9.
All physical examinations, tests and related medical
procedures shall be conducted in licensed facility
1
operated by the provi.der, or at such facility
subsequently agreed to by the City and the provider.
92- 639
10. 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.
11. All such physical examinations, tests and related
medical procedures shall be performed in accordance with
established medical protocol, which will be provided
after awarding of RF'P.
12. Vehicle parking shall be provided on the premises at no
cost to the employee/applicant receiving the evaluation.
13. 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.
14. 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.
15. 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.
16. Retests that may be required for any reason shall be
performed at the expense of the provider.
17. 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.
Police, Fire, and some other designated applicants may
require an additional visit.
18. 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.
19. Employees/applicants who upon completion of their
physical examination are temporarily deferred will be
examined again when necessary at no additional charge.
92- 639
20. The provider will complete thQ)N City's medical
examination form in its entirety.
21. 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.
22. Proof of educational credentials, resumes and licenses
of physician(s), Radiologist and Cardiologist performing
prescribed services must be submitted with RFP package
23. Provider's facility must be within City of Miami limits.
24. Provider shall maintain strict confidentiality of all
employee/applicant records except when giving testimony
in an arbitration hearing, grievance, Civil Service
hearing, Court of law or similar proceeding. No
information regarding specific test results may be
divulged to anyone other than authorized City personnel.
28. INSURANCE: Within ten (10) days after notification, the
provider shall furnish Evidence of Insurance to General
Services Administration. Submitted evidence of coverage
shall demonstrate strict compliance to all requirements
.listed on the attached sheet "Insurance Requirement."
CESAR H. ODIO
CITY MANAGER
DATE DATE
92- 639
4
CORPORATE RESOLUTION
WHEREAS, the Board of Directors of Mt. Sinai Medical Center
of Greater Miami► 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 bylaws
of the corporation;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF
MT. SINAI MEDICAL CENTER OF GREATER MIAMI, 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
1
corporation, with the City of Miami for Physical Examination, 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.
IN WITNESS WHEREOF, this day of ,
WITNESS
Chairman, Board of Directors
92- 639
Al�ir -
...��.....r ram.. .... .. .. .. ... ...+..�..�...�.. .....♦ .. M.. ...
Attachment B
4P1?•N0. 91-92-0131 SPECIrICAT10N5 (Continued)
PRICE PROPOSAL SHEET
Physical Examinations
Pro -employment, Promotional and Miscellaneous
1st, 2nd
Estimated & 3rd Year
�ggCriutiOri Quantity Sln1 t Price
N. Basic Physical Examination 800 47.00
3. Additional/optional Items
1.
Abbreviated Return to
Work Physical
600
20.00
2.
Back X-Ray
400
35.00
3.
Chest X-Ray
400
20.00
4.
EKG
400
20•00
5.
Audiological Screening
400
15.00
6.
Pulmonary - Function Tes
1
10.00
7.
1
Blood Type and Rh Typing
11
10.00
S.
Rubella Immunization
1
30.00
9.
Review of Miscellaneous
Medical Records
100
20.00
TOTAL AMOUNT
PROPOSED
Yrs 1-3
Total
Price
112,800.00
42,000.00
24,000.00
24,000,00
18,000.00
30.00
30.00
90.00
6,000.00
$ . 262,950 AO
)ccupational License No. 902124 Expiration Date 5/31/92
'roposer: Mount Sinai Medical Center of Greater Miami, Inc.
(company me)
signature:
V
'ederal Employer Tax ID No. L59-0624424
'AILURE TO COMPLETE. SIGN b RETURN THIS FORM MAY DISOU T Try yoUg PROPOSAL
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members DATE (.'f "'Ai9 FILEJ-92-i403
of the City Commission
SUBJECT Recommendation for Resolution
and Award of RFP #91-92-073
(Physical Examinations)
FROM Cesar H. 0 zd ��� REFERENCES
City Ma nag ' !i s�
ENCLOSURES.
RECOMMENDATION
It is respectfully recommended that the City Commission adopt a
resolution to award a contract to Mt. Sinai Medical Center of
Greater Miami, Inc., 111 N.W. First Street, a local non -minority
proposer, to provide physical examinations to the Department of
Personnel Management at a proposed first year annual cost of
$87,650. The proposed contract will be effective for an initial
three (3) year period with the option to extend for two (2)
additional one (1) year periods.
BACKGROUND
In an effort to secure d broad range of providers, invitations to
perform physical examinations for the City of Miami were sent to
33 firms along with 20 courtesy invitations. This effort
resulted in responses from six firms.
Section 2-268 of the Charter and Code of the City of Miami
mandates the Department of Personnel Management to establish and
maintain medical services which shall include a medical
examination of employees and potential employees. To fulfill
this requirement, sealed proposals were received May 11, 1992.
In addition to physical examinations, this RFP document
incorporated various other medical services such as back x-rays,
EKGs and in-depth audiological screenings for designated -
classifications.
Based on an evaluation by the Departments of Personnel
Management, Police and Fire of the six (6) responses received, it
is jointly recommended that the contract be awarded to Mt. Sinai j
Medical Center of Greater Miami, Inc., for a three year period
with the option to renew for two additional one (1) year periods.
'n ) Provisions have been made within the fiscal year 1993 operating
budgets of the Departments of Personnel Management, Police and
Fire for this service.
92- 639
TO
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Judy S. Carter
Chief Procurement Officer
DATE July 23, 1992 FILE
SUBJECT RFP #91-92-073, (Physical
Examinations) Approvals
FROM : Ange.!$I R-`'jrifduy REFERENCES
Assistant Cy Man ger ENCLOSURES:
Office of the Cityager
This Department has verified available funding with the Department
of Budget that funds are available to cover the cost of the subject
Request For Proposals in the amount of $87,650 Account Code
Number(s): 280201-260
290201-260
270101-260
Funding is from 1993 proposed General Fund Budget, subject to
availability.
FINANCE REVIEW & APPROVED BY:
N A
Carlos Garcia, Director
Department of Finance
CAPITAL IMPROVEMENT
FUNDING REVIEW AND APPROVAL:
N/A
Eduardo Rodriguez
Capital Program Manager
BUDGETARY REVIEW & APPROVED BY:
Manoh urana
Assis f
City Manager
Department of Budget
RFP NO. 91-92-073-
ITEM; To provide physical Examinations
DEPARTMENT: Personnel Management
TYPE OF PURCIIASE: On a contract basis for a period of
three (3) years, with the option to
extend for two (2) addi'tional one year
periods.
REASON: To medically assess all prospective
employees and 'designated current
employees.
POTENTIAL PROPOSERS. 33
PROPOSALS RECEIVED: 6
TABULATION/EVALUATION: Attached
FUNDS.- Fire - Account Code No. 280201-260
Police - Account Code No. 290201-260
Special Programs and Accounts,
Account Code No. 921040-270
PROPOSAL EVALUATION: `
Proposals Responses
Mailed Received
ALL VENDORS ............................ 33 6
MINORITY/FEHALE (M/F) VENDORS..........
21
1
Within City limits ...................
10
0
i
=
Registered with City .................
8
0
Black (B) Vendors ......................
5
1
Located within City limits...........
1
0
Registered with City .................
3
0
Female (F) Vendors .....................
2
0
Located within City limits...........
1
0
Registered with City .................
1
0
Hispanic (H) Vendors ...................
14
0
Located within City limits...........
8
0
Registered with City .................
4
0
NON MINORITY (NM) VENDORS ..............
12
5
_ Located within City limits...........
6
2
92- 639
LIIhIIr�riW1111r1Ylllll`r�lYYi nn�...,Lm�Al1�M1YM4r/�rullrrYror��r�nrnwWriwui. i.0 �..�iai �. l •.
.PECIUMTMP E
pBtS M EOMnV=CW
E'gArMMCN CRrMUA
- (5}
(i1 (2) Cedars
(ram Family
MedicaS �t ��t� Outpatient Center Health Center
POUIrs
OdTmm
ftvfewdowl enOR 40
and n is15
nce
- Experiewith govertImentaL 20 20 20
agency (20 points)
- At least 7 years experience 2D 20 is
perfosmirq physical2D 20
exam nations (20 points)
27 30 0 0
o.
30
Price
30
10
5
10
5
10
2_5
-
pro3dmity
2.5
5
5
2.5
2.5
.5
2
-
Par]dnq
5
2.5
5
5-
-
Facility
5
10
10
-
DviP�t
5
�-
�
70
62.5
'�
89.5
i
G�
�
r
did not meet In Specifications
•
Note:
Port of Miami
W
V
r
tyR,
+ AWARD SHEET +
RFP NO. 91-92-073
ITEM:
To provide Pkiysical Examinations
DEPARTMENTt Personnel Management
TYPE OF PURCHASE: On a contract basis for a period of
.three (3) years, with the option to
extend for two (2) addi•tional one year
periods.
1
REASON: To medically assess all prospective
employees and 'designated current
employees.
POTENTIAL PROPOSERS: 33
PROPOSALS RECEIVED:
TABULATION/EVALUATION:
FUNDS:
PROPOSAL EVALUATION:
n
Attached
Fire - Account Code No. 280201-260
Police - Account Code No. 290201-260
Special Programs and Accounts,
Account Code No. 921040-270
ALL VENDORS ............................
MINORITY/FEMALE (M/F) VENDORS..........
Within City limits ...................
Registered with City .................
Black (B) Vendors... ...................
Located within City limits...........
Registered with City .................
Female (F) Vendors.....:.:
Located within City limits...........
Registered with City .................
Hispanic (H) Vendors ...................
Located within City limits...........
Registered with City .................
NON MINORITY (NM) VENDORS ..............
Located within City limits...........
Proposals
Mailed
33
21
10
8
5
1
3
2
1
14
8
4
12
6
Responses
Received
6
1
0
0
1
0
0
0
0
0
5
2
92-- 639
StN' ' BY: PROCUREMENT MANAGBIENT ; 5-18- U2 0 : 41 rM I %ji 011 n„'
M" V 1 M n f q Ica :.7 4 a.- E'a 44
Robson$ for IKO bld' were as i ollowe s
Amo rioan Micro Piirm - "This in not ou'r area."
Qualicare Realth Service - "Due to reorganization, no -bid."
RECpMHIINbATxOb: IT Ig RECOKMENDED THAT THS AWARD BE MAD2
TO MT. 0114AX MEDICAL CENTER OF OREATAR
MIAMI, INC., AT A PROPOSED COST OF
$117,6$0 FOR THE FYRBT YEAR.
92- 639
(1)
i2i
(3)
(4)
mercy
(5)
Pwd ly
Ctti'mtiA
Mt. Sinai
llp Medical. Center
Occupatictial
Medical. Center
Cedars
Medical Center
tient Center
Bealth.Center
professiaal Experience
and pualificatioas
40
- Experience with governmental
2p
20
15
L5'
agency (20 points)
- At least 7 years experience
20
performing..y,.�eical
2a
2D
R 20
e mi o s (20 points)
27
30
a
.a
a -
Prime
30
30
5
10
10
5
- proximity
10
5
5
2.5
2.5
2.5
- Parma
5
2.5
2.5
5
2.5
,.
- Facility
10
10
5
S
5
.- Equipment
85
70
62.5
45
89.5
CB
Note: Part of Miami did not
meet UP Specifications
GD
City of Miami `
Physical Examination Evaluation
Point System
r:
la. Experience with governmental agency
7 years and up -
20
points
5-6 years =
15
points
3-4 years =
10
points
1-2 years -
5
points
Under 1 year =
0
points
lb. At least 7 years experience performing
employment physical
examinations
Years
7 years and up =
20
points
5-6 years =
15
points
3-4 years -
10
points
1-2 years =
5
points
Under 1 year =
0
points
2. Price
$ 74,000 -
$ 84,000 =
30
points
$ 84,001 -
$ 94,000 =
27
points
$ 94,001 -
$104,000 =
24
points
$104,001 -
$114,000 =
21
points
$114,001 -
$124,000 =
18
points
$124,001 -
$134,000 =
15
points
$134,001 -
$144,000 =
12
points
(Less than
12 points unacceptable)
3. Facility/Facility Location
a)
Proximity
- Within 5 mile radius of
Dept. of Personnel Mgmt.
10
points
- More than 5 mile radius
of Dept. of Personnel Mgmt.
= 5
points
b)
Parking
- On site parking for
approximately 20 vehicles
= 5
points
- Limited parking
= 2.5 points
c)
Facility
- Reception area for
approximately 20 individuals
5
points
- Limited reception area
2.5 points
d)
Equipment
- On site back-up equipment
10
points
'
- `,Back-up equipment at another
9 2 - S 3
facility
5
points
Est.
Qty-
city of Miami
Deparhrent of Personal Managment
Fi nand al Analysi s o€ Bi d #91-92-(P. 3
(1)
(2)
(3)
(4)
Occupational
Mt. Sinai
Mercy
Cedars
Medical
"cal
Outpatient
Medical
Center
Center
Center
Center
Unit Price
Unit Price
Wt Price
Unit Price
/Total
/Total
/Total
/Total
.
Basic Physical Exam
800
$ 38/$ 30,400
S 47/$ 37,600
$ 80/$ 64,000
$150/$120,000
.
Return to Work
600
20/
12,000
20/
12,000
40/
24,000
32/
19,200
.
Back X-Ray
400
30/
12,000
35/
14,000
135/
54,000
58/
23,X'3
.
Chest X-Ray
409
20/
8,000
20/
8,000
50/
20,00D
54/
21.600
.
EKG
400
20/
8,0o0
2o/
%000
45/
18,000
23/
9,200
.
Audiological Screening
400
10/
4,000.
15/
6.000
15/
6,000
51/
20,400
Pulmonary Function Test
1
25/
25
10/
10
20/
20
27/
27
.
Blood Type A Rh Testing
1
25/
25
10/
10
10/
10
20/
20
.
Ruiplla Irimmization
1
25/
25
30/
30
33/
33
61/
61
co .
Review of Misc. PWcal Records
100
20/
2,00D
20/
2.00D
10/
1,00D
76/
7,60D
76,475
$ 87,650
$1W,053
$221,306
i
W
i
tbte: Port of Miami did not meet RFP specifications
f0/4
(5)
Farts ly
Health
enter, Inc.
Wit Price
/Total
$233/$186,400
SO/ 30,000
160/ 64,000
110/ 44,000
40/ 16,00D
18/ 7,200
95/ 95
20/ 20
25/ 25
5O/ 5,00D
$352,740
J'