Loading...
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'