Loading...
HomeMy WebLinkAboutExhibit A Original RFP Exhibit A Original RFP and Mount Sinai's response Miami Beach ......... ..................... ***** AI-AInMIca CIJ , 111 J.' CITY OF MIAMI BEACH ,- REQUEST FOR PROPOSALS (RFP) NO. 24-04/05 FOR A MEDICAL SERVICES PROVIDER FOR THE PROVISION OF VARIOUS MEDICAL SERVICES THAT MAY BE NECESSARY OR REQUIRED BY THE CITY OF MIAMI BEACH, LOCAL, STATE, AND FEDERAL LAWS CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE, THIRD FLOOR MIAMI BEACH, FL 33139 www.miamibeachfl.gov PamelaLeja@miamibeachfl.gov PHONE: (305) 673-7490 FAX: (305) 673-7851 RFP NO. 24-04/05 DATE: 5120/05 1 CITY OF MIAMI BEACH CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfI.gov ~e PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 Request for Proposals (RFP) No. 24-04/05 Sealed Proposals will be received by the City of Miami Beach (the "City"), Procurement Division, Third Floor, 1700 Convention Center Drive, Miami Beach, Florida, 33139, on June 20, 2005 until 3:00 p.m. for: A MEDICAL SERVICES PROVIDER FOR THE PROVISION OF VARIOUS MEDICAL SERVICES THAT MAY BE NECESSARY OR REQUIRED BY THE CITY OF MIAMI BEACH, LOCAL, STATE, AND FEDERAL LAWS At time, date, and place above, Proposals will be publicly opened. ANY PROPOSAL RECEIVED AFTER TIME AND DATE SPECIFIED WILL BE RETURNED TO THE PROPOSER UNOPENED. The City of Miami Beach is seeking to enter into an agreement with a professional medical services provider to perform physical examinations, drug testing, return to work clearance evaluations, rehabilitation evaluations, administer an employee assistance program, retain all medical records, evaluate applicants and employees as required, administer vaccines, be designated as the City's physician, conduct random drug and alcohol testing, and other medical services as may be necessary or required by the City and local, state and federal laws. A PRE-RFP SUBMISSION MEETING IS SCHEDULED FOR JUNE 2, 2005 AT 10:00 A.M. IN THE MAYOR'S CONFERENCE ROOM, LOCATED AT CITY HALL, 1700 CONVENTION CENTER DRIVE, 4TH FLOOR, MIAMI BEACH, FLORIDA. Attendance at the aforementioned pre-RFP submission meeting is NOT mandatory, but strongly encouraged as a source of important information. The City has contracted with BidNet as our electronic procurement service for automatic notification of bid opportunities and document fulfillment. We encourage you to participate in this bid notification system. To find out how you can receive automatic bid notifications or to obtain a copy of this RFP, go to www.aovbids.com/scripts/southflorida/public/home1.asp or call toll-free 1-800-677-1997 ext. 214. RFP NO. 24-04/05 DATE: 5/20/05 2 CITY OF MIAMI BEACH Any questions or clarifications concerning this RFP shall be submitted in writing by mail or facsimile to the Procurement Division, Attention: Pamela Leja, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305) 673-7851, or e-mail: PamelaLeia@miamibeachfI.Qov. All responses to questions/clarifications will be sent to all prospective proposers in the form of an addendum. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE "CONE OF SILENCE, .. IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COpy OF ALL WRITTEN COMMUNICA TION(S) REGARDING THIS PROPOSAL MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE "CODE OF BUSINESS ETHICS" IN ACCORDANCE WITH RESOLUTION NO. 2000-23879. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000- 3234. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. LOBBYIST, PURSUANT TO THE CITY CODE, YOU ARE REQUIRED TO REGISTER AS A LOBBYIST, AND AS OF MAY 18, 2002, ACCORDING TO ORDINANCE NO. 2002-3363, ALL LOBBYISTS AND PRINCIPALS MUST FILE A FINANCIAL DISCLOSURE STATEMENT WITH THE CITY CLERK'S OFFICE. Detailed representation of all these ordinances can be found on the City of Miami Beach Website at http://www. miamibeachfl. gov/newcity /depts/purchase/bid intro. asp CITY OF MIAMI BEACH Gus Lopez, CPPO, CPPB Procurement Director RFP NO. 24-04/05 DATE: 5120/05 3 CITY OF MIAMI BEACH PROCUREMENT DIVISION CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov Telephone (305) 673-7490 Facsimile (305) 673-7851 NO PROPOSAL RFP No. 24-04/05 I NOTICE TO PROSPECTIVE PROPOSERS If not submitting a proposal at this time, please detach this sheet from the RFP documents, complete the information requested, and return to the address listed above. NO PROPOSAL SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: _Our company does not handle this type of product/service. _We cannot meet the specifications nor provide an alternate equal product. _Our company is simply not interested in bidding at this time. _Due to prior commitments, I was unable to attend pre-proposal meeting. _ OTHER (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a proposal .Q! this completed form, may result in your company being removed from the City's bid list. RFP NO. 24-04/05 DATE: 5/20/05 4 CITY OF MIAMI BEACH TABLE OF CONTENTS SECTION Paae(s) I. OVERVIEW AND PROPOSAL PROCEDURES 6-11 II. SCOPE OF SERVICES 12-19 III. PROPOSAL FORMAT 20 IV. EVALUATION CRITERIA 21-22 V. GENERAL PROVISIONS 23-24 VI. SPECIAL TERMS AND CONDITIONS RE: INSURANCE 25-26 VII. PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO THE CITY 27 -35 RFP NO. 24-04/05 DATE: 5120/05 5 CITY OF MIAMI BEACH SECTION I - OVERVIEW AND PROPOSAL PROCEDURES: A. INTRODUCTION/BACKGROUND On May 24, 1998 RFP No. 98-99/00 was issued. Proposals were requested for a service provider to supply comprehensive medical evaluations, medical records retention, psychiatric services, an immunization program, a drug and alcohol testing program, a wellness program, and employee assistance program, for City of Miami Beach employees or employment applicants. On Sept. 13, 2000, the Mayor and City Commission Authorized the Administration to enter into negotiations with Sunshine Medical Center. The Administration successfully negotiated a Professional Services Agreement with Sunshine Medical Center. The Agreement was effective commencing October 1, 2000 for an estimated annual fee of $166,140, for a one-year period, with options for four additional one-year renewal periods. The current Agreement expires on September 30,2005, with no further options for renewal. The City seeks to retain the highest quality medical provider services possible. The Mayor and City Commission at its April 20 meeting, authorized the Administration to issue this RFP for a professional medical services provider for the provision of medical services as may be necessary or required by the City and local, state and federal laws. B. RFP TIMETABLE The anticipated schedule for this RFP and contract approval is as follows: Pre-Proposal Submission Meeting June 2,2005 at 10:00 a.m. Deadline for receipt of questions June 7,2005 by 5:00 p.m. Deadline for receipt of Proposals June 20, 2005 by 3:00 p.m. Evaluation Committee meeting July 2005 Commission Acceptance of City Manager's September 2005 Recommendation, and Authorization to Enter Into Negotiations, and Contract Award C. PROPOSAL SUBMISSION An original and ten (10) copies of complete proposal must be received by June 20, 2005 by 3:00 p.m. and will be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the Proposer's name, address, telephone number, RFP number and title, and proposal due date. RFP NO. 24-04/05 DATE: 5120/05 6 CITY OF MIAMI BEACH The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the Proposer. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. PROPOSALS RECEIVED AFTER THE PROPOSAL DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. D. PRE-PROPOSAL SUBMISSION MEETING A PRE-RFP submission conference has been scheduled as follows: Date: June 2, 2005 Time: 10:00 a.m. Place: Mayor's Conference Room located at City Hall, 1700 Convention Center Drive, 4th Floor, Miami Beach, Florida, 33139. E. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA The contact person for this RFP is Pamela Leja at phone: 305-673-7490; fax: 305-673-7851; or e-mail: PamelaLeja@miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or consultant and the Procurement Division is limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the Procurement Coordinator, with a copy to the City Clerk, no later than the date specified in the RFP timetable. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations other than those made in this RFP or in any written addendum to this RFP. Proposers should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. F. MODIFICATIONIWITHDRAWALS OF PROPOSALS A Proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date and time. Modifications received after the proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the proposal due date or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date and letters of withdrawal received after contract award will not be considered. RFP NO. 24-04/05 DATE: 5120/05 7 CITY OF MIAMI BEACH G. RFP POSTPONEMENT/CANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, Proposals; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any Proposals received as a result of this RFP. H. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Proposals to the City, or any work performed in connection therewith, shall be the sole responsibility of the Proposer(s) and shall not be reimbursed by the City. I. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what alternative is being offered. The City, at its sole and absolute discretion, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the Proposer to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. J. SUNSHINE LAW Proposers are hereby notified that all information submitted as part of a response to this RFP will be available for public inspection after opening of Proposals, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". K. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require Proposers to give oral presentations based on their Proposals. The City reserves the right to enter into negotiations with the top- ranked Proposer, and if the City and the top-ranked Proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the second-ranked Proposer. This process may continue until a contract has been executed or all Proposals have been rejected. No Proposer shall have any rights in the subject project or property or against the City arising from such negotiations. L. PROTEST PROCEDURE Proposers that are not selected may protest any recommendation for selection of award in accordance with City of Miami Beach Ordinance No. 2002-3344 which establishes procedures for resulting protested RFP's selection for awards. Protest not timely pursuant to the requirements of Ordinance No. 2002- 8 RFP NO. 24-04/05 CITY OF MIAMI BEACH DATE: 5120/05 3344 shall be barred. M. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers are expected to be familiar with, and comply with, all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the Proposer will in no way relieve it from responsibility for compliance. N. DEFAULT Failure or refusal of a Proposer to execute a contract following award by the City Commission, or untimely withdrawal of a proposal before such award is made and approved, may result in forfeiture of that portion of any surety required as liquidated damages to the City. Where surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. O. CONFLICT OF INTEREST All Proposers must disclose with their proposal the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (100/0) percent or more in the Proposer or any of its affiliates. P. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed herein, in addition to disqualification of their Proposals, in the event of such non-compliance. Q. PROPOSER'S RESPONSIBILITY Before submitting proposal, each Proposer shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract documents, and will not be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the Proposer. RFP NO. 24-04/05 DATE: SIlO/05 9 CITY OF MIAMI BEACH R. RELATION OF CITY It is the intent of the parties hereto that the successful Proposer be legally considered to be an independent contractor and that neither the Proposer nor the Proposer's employees and agents shall, under any circumstances, be considered employees or agents of the City. S. PUBLIC ENTITY CRIME (PEC) A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity , and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. T. CONE OF SILENCE Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are hereby advised that the Cone of Silence requirements listed herein shall apply. U. DEBARMENT ORDINANCE Proposers are hereby advised that this RFP is further subject to City of Miami Beach Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to review the City's Debarment Ordinance. Debarment may constitute grounds for termination of the contract, as well as, disqualification from consideration on any City of Miami Beach RFP, RFQ, RFLI, or bid. V. PROHIBITED CAMPAIGN CONTRIBUTIONS BY VENDORS Pursuant to Section 38-6 of the City Code, no person who is a vendor to the City shall give a campaign contribution directly, or through a member of the person's immediate family, or through a political action committee, or through any other person, to a candidate, or to the campaign committee of a candidate, for the offices of mayor or commissioner. No candidate, or campaign committee of a candidate for the offices of mayor or commissioner, shall solicit or receive any campaign contribution from a person who is a vendor to the City, or through a member of the person's immediate family, or through a political action committee, or through any other person on behalf of the person. This prohibition applies to natural persons and to persons who hold a controlling financial interest in business entities. RFP NO. 24-04/05 DATE: 5120105 10 CITY OF MIAMI BEACH W. CODE OF BUSINESS ETHICS Pursuant to Resolution No.2000-23879 each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. X. AMERICAN WITH DISABiliTIES ACT Call 305-673-7490NOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305-673-7080. Y. ACCEPTANCE OF GIFTS, FAVORS, SERVICES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFP NO. 24-04/05 DATE: 5120/05 11 CITY OF MIAMI BEACH SECTION II - SCOPE OF SERVICES A. GENERAL The City of Miami Beach is seeking to enter into an agreement with a professional medical services provider (the "Provider"). In accordance with established medical practice, the Provider, based on the physical requirements of the job description provided by the City, will conduct physical examinations and drug testing as required for pre-employment on all new hires, promotional exams for classifications where physical duties greatly vary, return-to-work clearance, rehabilitation consideration, and other services as required by the City or local, state and federal laws and regulations. The Provider shall conduct and review laboratory results, x-rays, and other medical reports; Evaluate reports and makes appropriate recommendations as needed; Review special medical problems such as return from sick leave, on-duty injuries, disability, and other medical issues as required; Provide reports and medical opinions when applicable; Counsel personnel and job applicants about medical conditions and findings, and refer to appropriate follow-up care, when indicated. The Provider shall supply the City with a primary contact, or Project Manager, who will be assigned to address all questions and concerns of the City. This contact shall be available for pre-employment issues during all business hours. A back-up contact shall be designated in case the Project Manager is unavailable. The designated back-up will be fully informed in all areas. All other staff providing services under this contract will be properly informed and trained on procedures, forms, changes, and requirements. Any special instructions shall be communicated to all staff. All medical evaluation results shall be reported to the Human Resources Department within 48 hours from the time the applicant is first seen. All services shall be available a minimum of five (5) days per week during business hours. The preferred hours are from 7:00 a.m. until 5:00 p.m. The actual service hours are subject to negotiation. The City shall have the ability to schedule same day or next day appointments with the Provider for all services if necessary. In special cases, and with at least 3 days advanced notice by the City, the Provider will make arrangements to provide services outside normal business hours, such as evenings and weekends. RFP NO. 24-04/05 DATE: 5/20/05 12 CITY OF MIAMI BEACH The Provider shall provide convenient parking at no cost to applicants, employees, or the City for individuals referred. With the assistance of the City's Information Technology Department, the Provider will set up and utilize an electronic mail system compatible with the City. If requested by the City, all reports and other necessary communication will be utilized through this system. Any and all associated costs with the set up, other than the City's payroll costs for set up, will be absorbed by the Provider. The Provider shall utilize City forms where required. Provider will review their own forms with the City, and allow for changes as needed. The Provider will assure that instructions, changes, and transfer of information and documents will be only with those individuals or firms designated by the Human Resources Director. Immediate notification shall be made to designated City staff of "no-shows" or any problems with an individual's cooperation or compliance. The Provider shall provide applicant deadlines for follow up as needed, as determined by City policy. Individuals referred to Provider must not have a waiting time that exceeds 30 minutes. The Provider shall assure confidentiality of all records, information, correspondence, both verbal and written. The Provider shall submit a quarterly utilization summary report to the City. B. COMPREHENSIVE PHYSICAL EXAMINATIONS AND DRUG TESTING FOR PRE-EMPLOYMENT AND PROMOTIONS Based on the physical requirements of the job description provided by the City, the Provider shall conduct physical examinations and drug testing, as required, for pre- employment on all new hires and exams on promotional applicants, where physical duties greatly vary. Results of the applicant's physical examination shall be reported to the Human Resources Department within 48 hours from the time the applicant is first seen. RFP NO. 24-04/05 DATE: Sl20/05 13 CITY OF MIAMI BEACH The Provider shall permit at least 10 appointments per day and provide capacity for up to 20 appointments per day, with 3 days advance notice from the City. The City shall have the ability to schedule same day or next day appointments for pre-employment examinations. PPD tests are to be read by the Provider. Positive results will be handled by the Provider and will not be referred to the Department of Health, or other facility, unless agreed to in writing by the City. In any case, there will be no additional charge to the applicant for this service. Police Officer applicants must include tests for heart disease evaluation. Firefighter pre-employment examination must include tests for evidence of AIDS, Hepatitis, Pulmonary Tuberculosis, or Meningococcal Meningitis." C. MEDICAL RECORDS The Provider shall maintain health files for all City employees. These files are to include establishing and maintaining medical records regarding injuries and accidents related to employees in accordance with all State and Federal laws, as applicable. Upon request of the Human Resources Director, or their designee, the Provider will provide medical records within 24 hours of request. Medical records may only be released to the Human Resources Director, Claims Coordinator or their designee. All requests and designee's assignments must be made and accepted in writing only. The selected Provider, if different from the current Provider, will obtain all records from the current Provider, and will maintain such records. If and when this contract is awarded to another Provider, all open medical and other records related to this contract will be delivered to the new provider within 30 days of the expiration of the current Provider's contract. The Provider will give copies of closed records within twenty-four hours of the request. D. PSYCHIATRIC SERVICES The Provider may be requested to hold an open door walk-in psychiatric clinic for all City employees one day per week, and at other times if necessary. The Provider may be requested to attend staff conferences and conduct on-site training and observation of new Police Officers and Firefighters and conduct ongoing meetings with all Police Officers, other employees referred by the City, their supervisors and top ranking officers. RFP NO. 24-04/05 DATE: 5120/05 14 CITY OF MIAMI BEACH The Provider may be requested to review and research psychological factors relating to personnel, especially public safety. The Provider may be requested to conduct stress-reduction meetings with spouses of Police Officer personnel and other employees referred by the City. The Provider may be requested to conduct psychological or psychiatric consultations with general City employees, as requested by the City, and prepare appropriate summary and recommendation reports. E. IMMUNIZATION PROGRAM The Provider shall administer an intradermal test for Tuberculosis exposure on all employees as necessary and requested. A chest x-ray may be done in lieu of an intradermal test for Tuberculosis. The Provider shall administer a Tetanus Toxoid Booster Immunization for Police Officers, Firefighters, Fire Rescue personnel, Waste Collectors and Parks personnel. This may include other occupations depending on the job specification and/or individual requirements. The Provider shall administer Hepatitis B vaccine for those City employees with a potential risk exposure to infected blood or body fluids, as determined by the City. The Provider shall administer other vaccines that may be required such as measles, mumps and rubella vaccine or any additional immunizations, tests, vaccines, as required by local, state, or federal requirements, or by industry recommendations or guidelines. The Provider shall administer and make available, according to current Federal guidelines anti-viral medications against the AIDS virus for emergency responders. These medications must be given within two hours of a significant exposure to the AIDS virus. Our employees must have access to the administration of anti-viral medications for the AIDS virus on a twenty-four hour basis. The Provider shall administer HIV/AIDS baseline tests to sworn Fire Department employees; and, perform other tests requested by the City to comply with future Union contracts. F. DRUG & ALCOHOL TEST PROGRAM The Provider shall have the ability to conduct a Drug and Alcohol Test Program as required by local, state and federal law and regulations. This includes a certified Substance Abuse Professional, Breath Alcohol Technician and Medical Review 15 RFP NO. 24-04/05 CITY OF MIAMI BEACH DATE: 5120/05 Officer. The Provider shall conduct pre-employment drug testing on all applicants, as well as conduct promotional drug and alcohol testing to all safety sensitive applicants before they actually perform safety sensitive functions for the first time. The Provider shall conduct random drug & alcohol testing on Police Officer personnel. The Provider shall test yearly approximately 400 Fraternal Order of Police employees, 30 Government Association employees, 300 American Federation of State, County and Municipal Employees, and 200 International Association of Firefighter employees, and conduct other random drug and/or alcohol testing as may be specified by the City. The Provider shall conduct random, unannounced testing on safety sensitive employees who drive or maintain vehicles that require Commercial Driver Licenses to operate, in compliance with the Omnibus Transportation Act 349CFR40. Fifty percent of these employees will be tested for drug abuse and 250k for alcohol misuse. Note: The random rate for testing is subject to change based on the DOT standards and union contracts. The Provider shall conduct testing on employees whose performance could have contributed to an accident, even if the employee was not cited for a traffic violation. This would require Provider access availability 24 hours per day and 7 days per week. The Provider shall conduct testing on employees when the City observes behavior or appearance that is characteristic of drug use or abuse or alcohol use or misuse. The Provider shall conduct return-to-duty and follow-up testing for employees who violate the prohibited alcohol or drug conduct standards. At least 6 unannounced tests must be conducted in the first 12 months after an employee returns to duty. Follow-up testing may be extended for up to 60 months following return-to-duty. The Provider shall provide drug and alcohol testing services with licensed and certified personnel and laboratories as required by Local, State, and Federal Law including, but not limited to, Medical Review Officer (MRO), Breath Alcohol Technician (BAT), and Substance Abuse Professional (SAP) who is a Florida Certified Addiction Professional(CAP) and National Certified Addiction Counselor II (NCACII) as required by D.O.T. The Provider shall conduct annual training for designated City employees on the Drug Free Workplace Act. The Provider shall insure proper and documented chain of custody during and after 16 RFP NO. 24-04/05 CITY OF MIAMI BEACH DATE: 5120105 sample collection and testing. The Provider shall provide appropriately private facilities to conduct these tests, including a locked, secured box for private articles and police weapons. G. WELLNESS PROGRAM The Provider shall provide annual health screening and health education at a minimum of two (2) job site areas within the City. Topics to be mutually agreed upon by the City and Provider. The Provider shall provide information on drug use and treatment resources to safety sensitive drivers. H. EMPLOYEE ASSISTANCE PROGRAM (EAP) - (THE CITY RESERVES THE RIGHT TO SEPARATE THIS SERVICE FROM THE CONTRACT). The Provider shall, at a minimum, provide the following services: Comprehensive professional services directed towards diagnosis and resolution of emotional or behavioral problems affecting our employees. It is intended that the program provide up to a total of three (3) visits per employee and/or immediate family member per year before invoking insurance coverage or other appropriate resources. This may include counseling, diagnosis, referral, and/or follow-up for adolescents, family crisis counseling, counseling on issues including, but not limited to finances, illness, legal problems, marital, stress and anxiety, violence, vocational counseling, and substance abuse counseling as well as customary psychological or medical counseling. The designated program must maintain regular office hours, Monday through Friday, and be available to respond to emergencies twenty four hours per day, seven days per week. The personnel assigned to provide these services must be licensed in the State of Florida under Chapter 491 as a Mental Health Professional to perform counseling. To facilitate the transition and provide information to all City employees regarding EAP, the Provider will initiate orientation meetings with managers and union representatives to familiarize them with the process. The Provider will provide informational posters and flyers to all departments and brochures for all employees. RFP NO. 24-04/05 DATE: 5120/05 17 CITY OF MIAMI BEACH I. FITNESS FOR DUTY EVALUATIONS/RETURN TO WORK AND REHABILITATION EVALUATIONS The Provider shall evaluate employees' ability to continue employment in their current capacity and to assess and recommend reasonable accommodation for other job opportunities for which they may be qualified. This may include a physical examination, return to work evaluation, psychological and/or psychiatric evaluation, and/or any reports to be completed as requested by the City for fitness for duty. Evaluations are to be completed within two working days of the request, and on the same day in case of an emergency. Summary City forms and recommendations will be forwarded to the City within 24 hours of the appointment. The Provider shall assist the City in the evaluation and verification of questionable family leave requests. J. EXECUTIVE PHYSICAL The Provider shall recommend an annual medical physical evaluation and wellness program for executive staff. K. PERFORMANCE CRITERIA AND EVALUATION Each month the City will evaluate the Provider's performance based on the scope of services, and employees, applicants, Human Resources and Risk Management Departments' feedback. The criteria to be rated will include, but is not limited to, pre- employment, EAP, drug and alcohol screening, fitness for duty determinations, communication on all requested results, and designated contact availability. The criteria to be rated will change based upon the needs of the City. If the City finds the Provider to have less than an 80% compliance with any of the Scope of Services over a 30 day period, the City, may utilize a 15 day notice to correct such default. L. COMMUNICATION With the assistance of the City's Information Technology Department, the Provider will set up and utilize an electronic mail system compatible with the City, all reports and other necessary communication will be utilized through this system. Any and all associated costs with the set up, other than the City's set up, will be absorbed by the Provider. The Provider shall have qualified personnel available during all business hours to supply all services, including final physician sign off, for pre-employment examinations. RFP NO. 24-04/05 DATE: 5120/05 18 CITY OF MIAMI BEACH All test results under the Scope of Services and the Agreement will be communicated only to the Human Resources Director, or their designees. M. STAFFING The Provider will staff sufficiently to supply all services stated in the Scope of Services and the Agreement. The Provider will increase staffing if they are unable to fully comply with what has been stated in the Scope of Services. RFP NO. 24-04/05 DATE: 5120/05 19 CITY OF MIAMI BEACH SECTION 111- PROPOSAL FORMAT The items marked by an asterisk (*) are required as part of the Proposal. If these items are omitted, Proposer must submit within five (5) calendar days upon request from the City, or the Proposal shall be deemed non-responsive. All other items must be submitted with the Proposal or it will be deemed non-responsive. 1. *T able of Contents Outline in sequential order the major areas of the proposal. including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. *ProDosal Points to Address: Proposer must respond to all minimum requirements listed below. Proposals which do not contain such documentation may be deemed non- responsive. · *Introduction letter designating areas of proposed services and sufficient information as to the qualifications of the submitter. Interested firms should submit documents that provide evidence of capability to provide the services required for this project as a submittal package. · *Respondents must provide documentation which demonstrates their ability to satisfy all of the RFP requirements. · *Client references. List eight client references (name, title, company, address, telephone, email and fax) our Committee members may communicate with regarding your services. 3. Price Proposal: Submit the proposed fee structure relative to the responsibilities listed in the scope of services. 4. Acknowledgment of Addenda (IF REQUIRED BY ADDENDUM) and Proposer Information forms; 5. * Any other document required by this RFP RFP NO. 24-04/05 DATE: 5120/05 20 CITY OF MIAMI BEACH SECTION IV - EVALUATION CRITERIA The procedure for proposal evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of proposals. 3. Opening and listing of all proposals received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each proposal in accordance with the requirements of this RFP. If further information is desired, proposers may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager the proposal or proposals acceptance of which the Evaluation Committee deems to be in the best interest of the City. The Evaluation Committee shall base its recommendations on the following factors: Evaluation Criteria/Factors: Weiaht Ability to Provide All Requested Services Within the Designated Timeframes Cost of Services Provided Convenience of Obtaining Service and Proximity to Miami Beach Overall Reputation Within the Community Experience Level and Credentials of Assigned Staff Designated Contact Availability Appointment and Next Day Scheduling for Each Service Number of Appointments That Can Be Scheduled Daily For Each Service 15% 15% 15% 1 00,10 150,10 50/0 1 00,10 Total 15% 1 00 0,10 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the proposal or proposals acceptance of which the City Manager deems to be in the best interest of the City. 7. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's RFP NO. 24-04/05 DATE: 5120/05 21 CITY OF MIAMI BEACH recommendation(s) and select another proposal or proposals. In any case, City Commission shall select the proposal or proposals acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all proposals. 8. Negotiations between the selected proposer and the City Manager take place to arrive at a contract. If the City Commission has so directed, the City Manager may proceed to negotiate a contract with a proposer other than the top-ranked proposer if the negotiations with the top-ranked proposer fail to produce a mutually acceptable contract within a reasonable period of time. 9. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. 10. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected proposer(s) has (or have) done so. Imoortant Note: By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. RFP NO. 24-04/05 DATE: 5120/05 22 CITY OF MIAMI BEACH SECTION V - GENERAL PROVISIONS A. ASSIGNMENT The successful proposer shall not enter into any sub-contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute default by the successful proposer. B. INDEMNIFICATION The successful proposer shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful proposer, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful proposer shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. C. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful proposer, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful proposer of such termination which shall become effective upon receipt by the successful proposer of the written termination notice. In that event, the City shall compensate the successful proposer in accordance with the Agreement for all services performed by the proposer prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful proposer shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the proposer, and the City may reasonably withhold payments to the successful proposer for the purposes of set off until such time as the exact amount of damages due the City from the successful proposer is determined. RFP NO. 24-04/05 DATE: 5120/05 23 CITY OF MIAMI BEACH D. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful proposer of such termination, which shall become effective thirty (30) days following receipt by proposer of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful proposer in accordance with the Agreement for all services actually performed by the successful proposer and reasonable direct costs of successful proposer for assembling and delivering to City all documents. No compensation shall be due to the successful proposer for any profits that the successful proposer expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful proposer upon a termination as provided for in this section. RFP NO. 24-04/05 DATE: 5120/05 24 CITY OF MIAMI BEACH SECTION VI- SPECIAL TERMS AND CONDITIONS INSURANCE: Successful Proposer shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Any exceptions to these requirements must be approved by the City's Risk Management Department: Commercial General Liability. A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000. Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. Automobile Liability. A policy including, but not limited to, automobile liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000. Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. Worker's Compensation. A policy of Worker's Compensation and Employers Liability Insurance in accordance with State worker's compensation laws as required per Florida Statutes. Medical Malpractice: A policy of Medical Malpractice Insurance of not less than $1,000,000. Coverage shall be provided on an occurrence basis. Said policies of insurance shall be primary to and contributing with any other insurance maintained by Selected Proposer or City, and shall name the City and the officers, agents and employees of said organizations as additional insured while acting within the scope of their duties but only as to work performed by the Selected Proposer under this Agreement. This policy cannot be canceled without thirty (30) days prior written notice to the City. The Selected Proposer shall file and maintain certificates of all insurance policies with the City's Risk Management Department showing said policies to be in full force and effect at all times during the course of the Agreement. No work shall be done by the Architect during any period when it is not covered by insurance as herein required. Such insurance shall be obtained from brokers of carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by City prior to commencement of any work or tenancy under the proposed Agreement. If any of the required insurance coverages contain aggregate limits, or apply to other operations or tenancy of selected Proposer outside the proposed Agreement, selected Proposer shall give City prompt written notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. Selected Proposer shall further take immediate steps to RFP NO. 24-04/05 DATE: 5120/05 25 CITY OF MIAMI BEACH restore such aggregate limits or shall provide other insurance protection for such aggregate limits. FAILURE TO PROCURE INSURANCE: Selected Proposer's failure to procure or maintain required insurance program shall constitute a material breach of Agreement under which City may immediately terminate the proposed Agreement. RFP NO. 24-04/05 DATE: 5120/05 26 CITY OF MIAMI BEACH SECTION VII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO THE CITY 1. Proposer Information 2. Acknowledgment of Addenda 3. Fee Proposal Form 4. Declaration 5. Questionnaire RFP NO. 24-04/05 DATE: 5/20/05 27 CITY OF MIAMI BEACH PROPOSER INFORMATION Submitted by: Proposer (Entity): Signature: Name (Typed): Address: City/State: Telephone: Fax: It is understood and agreed by Proposer that the City reserves the right to reject any and all Proposals, to make awards on all items or any items according to the best interest of the City, and to waive any irregularities in the RFP or in the Proposals received as a result of the RFP. It is also understood and agreed by the Proposer that by submitting a proposal, Proposer shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (printed Name) RFP NO. 24-04/05 DATE: 5120/05 28 CITY OF MIAMI BEACH ACKNOWLEDGMENT OF ADDENDA REQUEST FOR PROPOSALS NO. 24-04/05 Directions: Complete Part lor Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of Staff Member Date Proposer - Name Date Signature RFP NO. 24-04/05 DATE: 5120/05 29 CITY OF MIAMI BEACH DECLARATION TO: Jorge M. Gonzalez City Manager City of Miami Beach, Florida day of ,2005. Submitted this The undersigned, as Proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this proposal is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Proposer and the City of Miami Beach, Florida, for the performance of all requirements to which the proposal pertains. The Proposer states that this proposal is based upon the documents identified by the following number: RFP No. 24-04/05 SIGNATURE PRINTED NAME TITLE (IF CORPORATION) RFP NO. 24-04/05 DATE: 5120/05 30 CITY OF MIAMI BEACH QUESTIONNAIRE Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a CorDoration. answer this: When Incorporated: In what State: If a Foreian CorDoration: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: RFP NO. 24-04/05 DATE: 5/20/05 31 CITY OF MIAMI BEACH Members of Board of Directors: If a Partnership: Date of organization: General or Lim ited Partners: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by Proposer ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. RFP NO. 24-04105 DATE: 5120/05 32 CITY OF MIAMI BEACH Questionnaire (continued) 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No ( ) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( ) have not ( ) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: RFP NO. 24-04/05 DATE: 5120/05 33 CITY OF MIAMI BEACH B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, state same.) 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this contract, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of Proposals. (Use additional sheet if needed) RFP NO. 24-04/05 DATE: 5120/05 34 CITY OF MIAMI BEACH The Proposer understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the Proposer to be true. The undersigned Proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Proposer, as may be required by the City Manager. The Proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the Proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESS: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESS: IF PARTNERSHIP: Signature Print Name of Firm Print Name Address By: General Partner Print Name WITNESS: IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President (CORPORATE SEAL) Attest: Secretary RFP NO. 24-04/05 DATE: 5120/05 35 CITY OF MIAMI BEACH CITY OF MIAMI BEACH . 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov to PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 June 13, 2005 ADDENDUM NO.1 REQUEST FOR PROPOSALS (RFP) No. 24-03/04 FOR A MEDICAL SERVICES PROVIDER FOR THE PROVISION OF VARIOUS MEDICAL SERVICES THAT MAY BE NECESSARY OR REQUIRED BY THE CITY OF MIAMI BEACH, LOCAL, STATE, AND FEDERAL LAWS The following additional information as a result of inquiries from individuals is hereby forwarded: 1) The due date for the receipt of proposals has been changed to 3:00 p.m. Thursday, June 23, 2005. 2) Page 17, Item G. Wellness Program: This program is optional. The following summarizes questions submitted and corresponding answers. Question No.1: Is there a mileage distance beyond which the City would not consider utilizing a medical facility for this RFP? Answer No.1: The RFP does not specify a limit on proximity to the City of Miami Beach. The Evaluation Criteria on page 21 does indicate a weight of 15% relative to Convenience of Obtaining Service and Proximity to Miami Beach. Question No.2: Will the proposer still be considered if they choose not to bid on the psychiatric/psychologicallEAP services, but want to be considered for the rest of the services? Answer No.2: EAP Services may be sub-contracted by the Provider. Psychological and psychiatric evaluations are to remain in the Provider's scope of services as they relate to fitness for duty in order for the proposal to be considered responsive. Question No.3: Can the proposer sub-contract out the psychiatric/psychological/EAP services? Answer No.3: Only the EAP services may be sub-contracted out. The psychiatric and the psychological services must remain part of the Provider's services. RFP 24-04/05 Addendum #1 June 13, 2005 . Question No.4: Can the respondents to this RFP propose a cost for each individual service, such as per police pre-employment screening; or per CDL drug test; and bill the City monthly for itemized services provided, or does the proposal have to be a fixed fee for all services? Answer No.4: As this is a Request For Proposals, it is up to the proposer to present a response to best satisfy the requirements of the scope of services and minimum requirements. If the respondent chooses to itemize the pricing, the City requests that a "not to exceed" annual amount to be paid by the City be provided in the proposal. Question No.5: If contract is renewed in future years, can the price be renegotiated or does the Provider have to provide the services for the same price as the first year even if their costs, such as lab fees, go up? Answer No.5: As this is an RFP, it is up to the proposer to present the fee structure that best matches the scope and is economically sound for all parties. Fees are subject to negotiation at time of contract discussion with selected Provider. Question No.6: On page12, paragraph 2, the last sentence states: "refers to appropriate follow-up care, when indicated." - is it correct that the follow up care would be paid for by the patient? Answer No.6: Yes, follow up care would be the responsibility of the patient. Question No.7: What was the annual fee pay for the City for services provided in 2005? Is there any yearly increase in the fee provided? Answer No.7: The annual fee charged under the existing agreement has been $166,140. The Fee Proposal Form was broken down as follows: Pre-Employment Physical Examinations/Promotional Examinations and Drug Test (approx 500 applicants) $ 43,890.00 (Tests will vary based on job description) Medical Records Retention $ 160.00 $ 5,100.00 $ 31,200.00 $ 39,380.00 $ 36,720.00 Psychiatric Services Immunization Program Drug and Alcohol Test Program Employee Assistance Program Fitness for Duty/Return to Work/Rehabilitation Evaluation $ 650.00 $ 2,800.00 $ 6,240.00 Executive Physical Staffing TOTAL PROPOSAL PRICE $166 14000 There are currently no yearly increases in the annual fee, which is invoiced monthly. In addition, the Fire Department has issued a separate annual blanket P/O in the amount of $2500 for on-site random drug testing to be performed as requested or required. In addition, the Police Department has issued a separate annual blanket P/O in the amount of $2500 for Police personnel that are required to be outfitted for personal protective equipment. RFP 24-04/05 Addendum #1 June 13, 2005 2 Question No.8: Advise how many of each of the following services were provided last year: Answer No.8: EAP Services (Provided 11/1/03 thru 6/8105): Other: Telephone Counseling: 5 T ele Couns & Ref: 136 Office Session: 107 On Site: 0 Clinical & Referral: 1 0.4% 2.0% 54.4% 42.8% 0.0% 0.4% General Employee Physicals: Approx. 300 Police Department: Approx. 300 Fire Fighter: Approx. 50 DOT Physical: Not currently tracked - Number will be required to be tracked in new Agreement. Return For Duty: 11 employees evaluated for Return to Work, Fitness for Duty andlor ADA placement Executive Physicals: No history available; currently there are 45 positions that are eligible- Number will be required to be tracked in new Agreement Hepatitis B immunization: Not currently tracked- Number will be required to be tracked in new Agreement PPD tests: Approx. 650 - Number will be required to be tracked in new Agreement. Chest x-ray: Not currently tracked - Number will be required to be tracked in new Agreement. HIV Testing: Not currently tracked - Number will be required to be tracked in new Agreement. Pre-employment drug testing: Approx. 650 - Number will be required to be tracked in Agreement. . Random Drug Testing, broken out by bargaining unit: GSA has a pool of 48 AFSCME has a pool of 81 FOP has a pool of 367 IAFF has a pool of 194 And about 60 for Post Accidents between last year and this year. Question No.9: Scope of services requires providers not to refer positive PPD tests to Health Department. CDC requirements mandate referral of recent employee's conversions. How do you reconcile this? Answer No.9: The second paragraph on page 14 is changed to read: "PPD tests are to be read by the Provider. Positive results will be read by the Provider and will be referred to the Department of Health, or other appropriate authority. In any case, there will be no additional charge to the applicant for this service." Question No. 10: What type of electronic accommodation other than internet and e-mail are required? Answer No. 10: Internet, e-mail and fax are the only required electronic accommodations. Question No. 11: What assistance will be required for family leave request? Answer No. 11: In the past, these have included, but not been limited to, services such as recommendation as to whether a given diagnosis falls under the "serious condition" definition and makes someone eligible for Family Medical Leave (FML), or a referral to specialist for second or third opinions provided under law. RFP 24-04/05 Addendum #1 June 13, 2005 3 Question No. 12: How many after hour services were requested last year (not including EAP)? Answer No. 12: Not currently tracked - Number will be required to be tracked in new Agreement. Question No 13: How many employees did the city have last year? What is the expected growth? Answer No. 13: The City has approximately 1800 employees, which includes part time and seasonal. The seasonal employees are mainly brought in for the summer and are usually involved in summer parks and recreational programs or employed as beach life guards. This employment figure has been fairly consistent without much fluctuation, and is not anticipated to fluctuate much in the future. Question No. 14: Do firefighters need meningococcal "testing" or immunizations. Answer No. 14: Per Page 14, the fourth paragraph should read: "Firefighter pre-employment examination must include tests for evidence of AIDS, Hepatitis, Pulmonary Tuberculosis, and Meningococcal Meningitis." Testing, immunizations and vaccines are to be provided as necessary and requested. Any recommended or mandated test or immunizations by OSHA, CDC, State of Florida and other City, Local and Federal Law for exposed personnel or personnel determined to be at risk of exposure by the City must be tested. Question No. 15: What contract term is the City looking to implement as a result of this RFP? Answer No. 15: The City will enter into either a 2 or a 3 year Agreement, with annual options to renew for one year, not to exceed a total of a five (5) year Agreement. If you have any question please contact Pamela Leja at PamelaLeja@miamibeachfl.gov or at 305-673- 7490. CITY OF MIAMI BEACH Gus Lopez, CPPB, CPPO Procurement Director RFP 24-04/05 Addendum #1 June 13, 2005 4 CiTY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov ,. To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission Date: July 27, 2005 Jorge M. Gonzalez City Manager A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF THE PROPOSALS RECEIVED PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 24-04/05, FOR A MEDICAL SERVICE PROVIDER FOR THE PROVISION OF VARIOUS MEDICAL SERVICES THAT MAY BE NECESSARY OR REQUIRED BY THE CITY OF MIAMI BEACH, LOCAL, STATE, AND FEDERAL LAWS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP-RANKED FIRM OF MOUNT SINAI MEDICAL CENTER; AND SHOULD THE ADMINISTRATION BE UNSUCCESSFUL IN NEGOTIATING WITH MOUNT SINAI MEDICAL CENTER, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE SECOND-RANKED FIRM OF SUNSHINE MEDICAL CENTER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. ADMINISTRATIVE RECOMMENDATION Adopt the Resolution. ANAL YSIS On September 13, 2000, the Mayor and City Commission Authorized the Administration to enter into negotiations with Sunshine Medical Center for various necessary medical services. The Administration successfully negotiated a professional services agreement with Sunshine Medical Center ("Sunshine"). The agreement was effective October 1 , 2000 for a one-year period, with options for four additional one-year renewal periods. All four renewal options were exercised. This five (5) year Agreement expires on September 30, 2005, with no further options for renewal. The City of Miami Beach (the "City") is now seeking to enter into an agreement with a professional medical services provider to perform physical examinations, drug testing, return to work clearance evaluations, rehabilitation evaluations, administer an employee assistance program, retain all medical records, evaluate applicants and employees as required, administer vaccines, be designated as the City's physician, conduct random drug and alcohol testing, and other medical services as may be necessary or required by the City and local, state and federal laws. Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 2 of 15 The City is seeking to enter into a new 2 or 3 year Agreement, with annual options to renew for one year, not to exceed a total of a five (5) year Agreement with a professional medical services provider (the "Provider"). A. GENERAL: The Provider will conduct and review laboratory results, x-rays, and other medical reports; Evaluate reports and makes appropriate recommendations as needed; Review special medical problems such as return from sick leave, on-duty injuries, disability, and other medical issues as required; Provide reports and medical opinions when applicable; Counsel personnel and job applicants about medical conditions and findings, and refer to appropriate follow-up care, when indicated. The Provider will supply the City with a primary contact, or Project Manager, who will be assigned to address all questions and concerns of the City. This contact will be available for pre-employment issues during all business hours. A back-up contact will be designated in case the Project Manager is unavailable. The designated back-up will be fully informed in all areas. All other staff providing services under this contract will be properly informed and trained on procedures, forms, changes, and requirements. Any special instructions will be communicated to all staff. All medical evaluation results will be reported to the Human Resources Department within 48 hours from the time the applicant is first seen. All services will be available a minimum of five (5) days per week during business hours. The preferred hours are from 7:00 a.m. until 5:00 p.m. The actual service hours are subject to negotiation. The City will have the ability to schedule same day or next day appointments with the Provider for all services if necessary. In special cases, and with at least 3 days advanced notice by the City, the Provider will make arrangemen"ts to provide services outside normal business hours, such as evenings and weekends. The Provider will provide convenient parking at no cost to applicants, employees, or the City for individuals referred. With the assistance of the City's Information Technology Department, the Provider will set up and utilize an electronic mail system compatible with the City. If requested by the City, all reports and other necessary communication will be utilized through this system. Any and all associated costs with the set up, other than the City's payroll costs or set up, will be absorbed by the Provider. The Provider will utilize City forms where required. Provider will review their own forms Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27,2005 Page 3 of 15 with the City, and allow for changes as needed. The Provider will assure that instructions, changes, and transfer of information and documents will be only with those individuals or firms designated by the Human Resources Director. Immediate notification will be made to designated City staff of "no-shows" or any problems with an individual's cooperation or compliance. The Provider will provide applicant deadlines for follow up as needed, as determined by City policy. Individuals referred to Provider must not have a waiting time that exceeds 30 minutes. The Provider will assure confidentiality of all records, information, and correspondence, both verbal and written. The Provider will submit a quarterly utilization summary report to the City. B. COMPREHENSIVE PHYSICAL EXAMINATIONS AND DRUG TESTING FOR PRE- EMPLOYMENT AND PROMOTIONS: Based on the physical requirements of the job description provided by the City, the Provider will conduct physical examinations and drug testing, as required, for pre- employment on all new hires and exams on promotional applicants, where physical duties greatly vary. Results of the applicant's physical examination will be reported to the Human Resources Department within 48 hours from the time the applicant is first seen. The Provider will permit at least 10 appointments per day and provide capacity for up to 20 appointments per day, with 3 days advance notice from the City. Th,e City will have the ability to schedule same day or next day appointments for pre-employment examinations. PPD tests are to be read by the Provider. Positive results will be handled by the Provider and will not be referred to the Department of Health, or other facility, unless agreed to in writing by the City. In any case, there will be no additional charge to the applicant for this service. Police Officer applicants must include tests for heart disease evaluation. Firefighter pre-employment examination must include tests for evidence of AIDS, Hepatitis, Pulmonary Tuberculosis, or Meningococcal Meningitis. C. MEDICAL RECORDS: Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 4 of 15 The Provider will maintain health files for all City employees. These files are to include establishing and maintaining medical records regarding injuries and accidents related to employees in accordance with all State and Federal laws, as applicable. Upon request of the Human Resources Director, ortheirdesignee, the Provider will provide medical records within 24 hours of request. Medical records may only be released to the Human Resources Director, Claims Coordinator or their designee. All requests and designee's assignments must be made and accepted in writing only. The selected Provider, if different from the current Provider, will obtain all records from the current Provider, and will maintain such records. If and when this contract is awarded to another Provider, all open medical and other records related to this contract will be delivered to the new provider within 30 days of the expiration of the current Provider's contract. The Provider will give copies of closed records within twenty-four hours of the request. D. PSYCHIATRIC SERVICES: The Provider may be requested to hold an open door walk-in psychiatric clinic for all City employees one day per week, and at other times if necessary. The Provider may be requested to attend staff conferences and conduct on-site training and observation of new Police Officers and Firefighters and conduct ongoing meetings with all Police Officers, other employees referred by the City, their supervisors and top ranking officers. The Provider may be requested to review and research psychological factors relating to personnel, especially public safety. The Provider may be requested to conduct stress-reduction meetings with spouses of Police Officer personnel and other employees referred by the City. The Provider may be requested to conduct psychological or psychiatric consultations with general City employees, as requested by the City, and prepare appropriate summary and recommendation reports. E. IMMUNIZATION PROGRAM: The Provider will administer an intradermal test for Tuberculosis exposure on all employees as necessary and requested. A chest x-ray may be done in lieu of an intradermal test for Tuberculosis. The Provider will administer a Tetanus Toxoid Booster Immunization for Police Officers, Firefighters, Fire Rescue personnel, Waste Collectors and Parks personnel. This may include other occupations depending on the job specification and/or individual requirements. Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 5 of 15 The Provider will administer Hepatitis B vaccine for those City employees with a potential risk exposure to infected blood or body fluids, as determined by the City. The Provider will administer other vaccines that may be required such as measles, mumps and rubella vaccine or any additional immunizations, tests, vaccines, as required by local, state, or federal requirements, or by industry recommendations or guidelines. The Provider will administer and make available, according to current Federal guidelines anti-viral medications against the AIDS virus for emergency responders. These medications must be given within two hours of a significant exposure to the AIDS virus. Our employees must have access to the administration of anti-viral medications for the AIDS virus on a twenty-four hour basis. The Provider will administer HIV/AIDS baseline tests to sworn Fire Department employees; and, perform other tests requested by the City to comply with future Union contracts. F. DRUG & ALCOHOL TEST PROGRAM: The Provider will have the ability to conduct a Drug and Alcohol Test Program as required by local, state and federal law and regulations. This includes a certified Substance Abuse Professional, Breath Alcohol Technician and Medical Review Officer. The Provider will conduct pre-employment drug testing on all applicants, as well as conduct promotional drug and alcohol testing to all safety sensitive applicants before they actually perform safety sensitive functions for the first time. The Provider will conduct random drug & alcohol testing on Police Officer personnel. The Provider will test yearly approximately 400 Fraternal Order of Police employees, 30 Government Association employees, 300 American Federation of State, County and Municipal Employees, and 200 International Association of Firefighter employees, and conduct other random drug and/or alcohol testing as may be specified by the City. The Provider will conduct random, unannounced testing on safety sensitive employees who drive or maintain vehicles that require Commercial Driver Licenses to operate, in compliance with the Omnibus Transportation Act 349CFR40. Fifty percent of these employees will be tested for drug abuse and 25% for alcohol misuse. Note: The random rate for testing is subject to change based on the DOT standards and union contracts. The Provider will conduct testing on employees whose performance could have contributed to an accident, even if the employee was not cited for a traffic violation. This would require Provider access availability 24 hours per day and 7 days per week. The Provider will conduct testing on employees when the City observes behavior or appearance that is characteristic of drug use or abuse or alcohol use or misuse. The Provider will conduct return-to-duty and follow-up testing for employees who violate the prohibited alcohol or drug conduct standards. At least 6 unannounced tests must be Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27,2005 Page 6 of 15 conducted in the first 12 months after an employee returns to duty. Follow-up testing may be extended for up to 60 months following return-to-duty. The Provider will provide drug and alcohol testing services with licensed and certified personnel and laboratories as required by Local, State, and Federal Law including, but not limited to, Medical Review Officer (MRO), Breath Alcohol Technician (BAT), and Substance Abuse Professional (SAP) who is a Florida Certified Addiction Professional (CAP) and National Certified Addiction Counselor II (NCACII) as required by D.O.T. The Provider will conduct annual training for designated City employees on the Drug Free Workplace Act. The Provider will insure proper and documented chain of custody during and after sample collection and testing. The Provider will provide appropriately private facilities to conduct these tests, including a locked, secured box for private articles and police weapons. G. WELLNESS PROGRAM: The Provider will provide annual health screening and health education at a minimum of two (2) job site areas within the City. Topics will be mutually agreed upon by the City and Provider. The Provider will provide information on drug use and treatment resources to safety sensitive drivers. H. EMPLOYEE ASSISTANCE PROGRAM (EAP) - (THE CITY RESERVES THE RIGHT TO SEPARATE THIS SERVICE FROM THE CONTRACT): The Provider will, at a minimum, provide the following services: Comprehensive professional services directed towards diagnosis and resolution of emotional or behavioral problems affecting our employees. It is intended that the program provide up to a total of three (3) visits per employee and/or immediate family member per year before invoking insurance coverage or other appropriate resources. This may include counseling, diagnosis, referral, and/or follow-up for adolescents, family crisis counseling, counseling on issues including, but not limited to. finances, illness, legal problems, marital, stress and anxiety, violence, vocational counseling, and substance abuse counseling as well as customary psychological or medical counseling. The designated program must maintain regular office hours, Monday through Friday, and be available to respond to emergencies twenty four hours per day, seven days per week. The personnel assigned to provide these services must be licensed in the State of Florida under Chapter 491 as a Mental Health Professional to perform counseling. Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 7 of 15 To facilitate the transition and provide information to all City employees regarding EAP, the Provider will initiate orientation meetings with managers and union representatives to familiarize them with the process. The Provider will provide informational posters and flyers to all departments and brochures for all employees. I. FITNESS FOR DUTY EVALUATIONS/RETURN TO WORK AND REHABiliTATION EV AlUA TIONS: The Provider will evaluate employees' ability to continue employment in their current capacity and to assess and recommend reasonable accommodation for other job opportunities for which they may be qualified. This may include a physical examination, return to work evaluation, psychological and/or psychiatric evaluation, and/or any reports to be completed as requested by the City for fitness for duty. Evaluations are to be completed within two working days of the request, and on the same day in case of an emergency. Summary City forms and recommendations will be forwarded to the City within 24 hours of the appointment. The Provider will assist the City in the evaluation and verification of questionable family leave requests. J. EXECUTIVE PHYSICAL: The Provider will recommend an annual medical physical evaluation and wellness program for executive staff. K. PERFORMANCE CRITERIA AND EVALUATION: Each month the City will evaluate the Provider's performance based on the scope of services, and employees, applicants, Human Resources and Risk Management Departments' feedback. The criteria to be rated will include, but is not limited to, pre- employment, EAP, drug and alcohol screening, fitness for duty determinations, communication on all requested results, and designated contact availability. The criteria to be rated will change based upon the needs of the City. If the City finds the Provider to have less than an 800/0 compliance with any of the Scope of Services over a 30 day period, the City, may utilize a 15 day notice to correct such default. l. COMMUNICATION: With the assistance of the City's Information Technology Department, the Provider will set up and utilize an electronic mail system compatible with the City, all reports and other necessary communication will be utilized through this system. Any and all associated costs with the set up, other than the City's set up, will be absorbed by the Provider. Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27,2005 Page 8 of 15 The Provider will have qualified personnel available during all business hours to supply all services, including final physician sign off, for pre-employment examinations. All test results under the Scope of Services and the Agreement will be communicated only to the Human Resources Director, or their designees. M. STAFFING: The Provider will staff sufficiently to supply all services stated in the Scope of Services and the Agreement. The Provider will increase staffing if they are unable to fully comply with what has been stated in the Scope of Services. RFP PROCESS On April 20, 2005, the City Commission authorized the issuance of a Request for Proposals (RFP) to solicit proposals from a professional medical services provider for the provision of medical services as may be necessary or required by the City and local, state and federal laws. RFP No. 24-04/05 was issued on May 20, 2005, with an opening date of June 23, 2005. A pre-proposal conference was held on June 2, 2005. BidNet issued bid notices to 51 prospective proposers, with the City's Human Resources Department and Procurement Division supplementing with an additional three (3) prospective proposers. This resulted in six (6) proposers requesting RFP packages, which resulted in the receipt of the following three (3) proposals: · Mount Sinai Medical Center; · Sunshine Medical Center; and · Health Care Center of Miami. The City Manager via Letter to Commission (LTC) No. 134-2005, appointed an Evaluation Committee (the "Committee") consisting of the following individuals: · Julio Magrisso, Assistant Director of Parks, City of Miami Beach · Drew T erpak, Fleet Management Division Director, City of Miami Beach · Grady Martinez, Parking Administration Manager, City of Miami Beach · Gail Poe-Liu, Human Resources Department, City of Miami Beach · Willie Sanders, GSA Chief Representative, City of Miami Beach Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27,2005 Page 9 of 15 · Bobby Jenkins, FOP President, City of Miami Beach · David Noel, IAFF President, City of Miami Beach · Phiyllis Shamis, CW A Secretary, City of Miami Beach · Prince Pearse, AFSCME President, City of Miami Beach On July 12, 2005, the Committee convened and listened to 15-minute presentations, from all three firms, each followed by a 15-minute question and answer session. Committee Member David Noel was not able to attend. The Committee was provided information relative to the scope of services, and direction relative to the Cone of Silence and Government in the Sunshine Law. Additionally, the Committee reviewed references secured by the Procurement staff, and discussed the RFP evaluation criteria and weighted score, which was used to evaluate and rank the proposals. After the firms' presentations, the Committee members discussed the firms proposals based on the evaluation criteria below and then ranked the firms accordingly: Evaluation Criteria/Factors: Weight Ability to Provide All Requested Services Within the Designated Timeframes - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 15% Cost of Services Provided - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 150/0 Convenience of Obtaining Service and Proximity to Miami Beach - - - - - - 150/0 Overall Reputation within the Community - - - - - - - - - - - - - - - - - - - -- - - 100/0 Experience Level and Credentials of Assigned Staff - - - - - - - - - - - - - - 150/0 Designated Contact Availability - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 50/0 Appointment and Next Day Scheduling for Each Service - - - - - - - - - - - 10% Number of Appointments That Can Be Scheduled Daily For Each Service - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 150/0 Total 1 00 0/0 COMMITTEE Mount Sinai Sunshine Medical Health Care MEMBER Julio Magrisso 99 (1 ) 93 (2) 92 (3) Drew Terpak 95 (1 ) 72 (2) 48 (3) Grady Martinez 98 (1) 96 (2) 63 (3) Gail Poe-Liu 92 (1 ) 91 (2) 81 (3) Willie Sanders 95 (1) 56 (3) 70 (2) Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27,2005 Page 10 of 15 Bobby Jenkins Phyllis Sham is Prince Pearse 100 (1) 82 (1) 95 (1) 63 (3) 62 (2) 56 (3) 72 (2) 52 (3) 71 (2) Health Care Center of Miami A review of the Health Care Center of Miami (HCCM) proposal brought several concerns. First, their proposal was not detailed and the proposed cost was not inclusive of all of the services identified in the RFP, but simply an estimate. HCCM took several exceptions to important services required by the RFP. They were as follows, HCCM will not provide; · A Wellness Program for employees; · Anti-viral medications on a 24/7 basis; and · Meningococcal Meningitis "testing". The committee after discussion chose to allow HCCM to make their presentation and give them an opportunity to explain some of the ambiguities of their proposal. As each item of concern that was brought up, it was met with an additional cost to the City and no immediate plan on how to resolve the problem. HCCM's presentation was read from a prepared written statement and focused primarily on Mental Health Programs. Some of the primary issues presented to the HCCM representatives by the committee were as follows: . Issue: No proposal for handling HIV and Hepatitis C exposures. Response: These types of issues were "more appropriately handled in a hospital emergency room setting". . Issue: Their ability to handle Random drug testing during their non-business hours. Response: Was vague or unclear whether they were willing or even able to provide this service within the required time period of two (2) hours. They requested a 24 hour notification in order to make a staff member available to do the testing. . Issue: The"Wellness Program" while not included in the proposal, they did agree to discuss possibly working with the City to develop a program. It was unclear whether this program would require an additional expense. . Issue: Parking. Response: There is some free parking in the back of bank building; however, vehicles would occasionally have to park illegally in the street during peak periods during business hours when other customers of surrounding businesses are open. Large vehicles could not be accommodated, but there was frequent reference to the fact that the bus route was in proximity of their business. As stated in the beginning and all through their presentations, the provider placed a significant emphasis on their ability to provide Mental Health services to employees. As a result HCCM was asked to disclose how much of the proposed cost was directed to this Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 11 of 15 type of service. The answer was 8 hours per week X 52 weeks X $150.00 per hour, or $62,400 annually. This left a total of $80,205 for all of the remaining services. In summary, the proposed cost of $142,605 with a 30/0 yearly increase for services according to the Health Care Center of Miami was "estimated from previous years of service", but did not reflect a cost associated with a complete package of required services as outlined in the RFP and therefore was incomplete. Mount Sinai Medical Center Mount Sinai Medical Center - Occupational Health Center (Mount Sinai) took the opportunity to reacquaint the Committee with their Occupational Center. Apparently, there have been significant changes at the hospital. The Occupational Health Center has been relocated and expanded to handle the volume of there work load. They presented to the committee photos of the new facility. Mount Sinai further indicated that the number of staff has been increased. Several of the Committee members expressed concerns about their prior experience with there facility and operation. All of the questions were addressed including the issue over parking and billing. The new facility has a separate parking lot available at no cost to the employee. A new accounting system has been put in place and the billing process is running smoother. The proposal submitted by Mount Sinai was the only proposal that was detailed and left minimal room for any assumptions as to the type of service the City would receive. The quote was all inclusive, with a cap cost, not to exceed and allowed for a potential cost savings based on the consumption of services. Committee members expressed concern over prior experiences about the process and lack of standardization previously experienced in the area of random drug testing. Their response was that they would work with the City to ensure that whatever protocol was established by the City, they would follow. Mount Sinai will utilize Employee Assistance Plus, Inc., as a sub-consultant, to provide the Employee Assistance Program. Sunshine Medical Center Sunshine Medical Center (Sunshine) proposal is based on the current level of service we are receiving. The representatives for Sunshine said they would continue providing the same level of service that they have in the past. The Committee once again took the opportunity to provide feedback to the Sunshine representatives about areas of opportunity for improvement. Areas of improvement included the following: Office staff having the appropriate paperwork for the service being provided, protocol for random drugs screening is not standardized; Turnaround time for fitness for duty physicals and finally, the lack of parking. The Sunshine representative said they were not aware of these issues but thanked the committee for the feedback. The issue of staff training is currently being addressed. The protocol for random drug screening will be looked into and finally the issue of parking is a continuing growing concern. Sunshine is currently providing services to the City for a fee of Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 12 of 15 $166,140.00 annually and has two (2) separate agreements in the amount of $2500 each for on-site random drug testing for the Fire Department and the fitting of personal protective equipment for the police department. Sunshine is proposing to increase their price to $217,117.00 or a 41% increase over the previous contract and offers no additional services. The reason for the increase is that over the last five years, Sunshine has had to absorb the increased deman~ by the City for services and the cost associated with same without an increase over the 5 year Agreement. Committee Recommendation The Committee after much discussion came to the following recommendation: 1. The Health Care Center of Miami should not be considered as a provider of medical services to the City because of the vagueness of their proposal, the number of exceptions taken in the RFP, their inability and willingness to provide solutions to issues presented to them during the question and answer portion of the presentation. And finally the fee proposed is not all inclusive as requested in the RFP and carries a 3% increase annually. 2. Sunshine Medical Center has been identified as the 2nd choice of possible providers of medical services. The committee believes that Sunshine is capable of providing the services and may be willing to make adjustments in their level of service to address the issues presented to them under the current contract. But there are some inherent issues that the Committee believe cannot be overcome and they directly impact the service levels and overall cost to the City. The three issues are very straightforward; the first being the travel time from the City to the Port of Miami. Loosing employee(s) for several hours is unacceptable. The Police Department Representative agreed that taking the officer off the street for extended periods of time unnecessarily is unacceptable and directly impacts there ability to respond to calls (service levels). The fact that there is limited parking available also creates delays in the process and finally, access to the Port is often limited or even restricted whenever there is heavy tractor trailer traffic going into the Port or a security alert forces the Port to shut down. The result is that City employees would be directed to either the Sunset Office in Kendall or Fort Lauderdale of Sunshine Medical Center. The quote for these services is capped at $217,117. 3. Mount Sinai was unanimously selected by the Committee as the 1st choice. Mount Sinai presented a highly professional and all inclusive program for the City of Miami Beach. Mount Sinai was able to demonstrate they have expanded their facility and staffing to accommodate the volume of work performed and reduce down time to employees waiting to be served. They have made parking easily accessible and free of charge. Co'mmission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 13 of 15 The annual cost of their service is $250,000. It is all inclusive and a not to exceed price and further offers the opportunity to reduce the overall cost to the City in the event the volume and/or type of services provided is less than what is projected. In the event the City requires additional services it will be included in the $250,000 quote. Mount Sinai is Miami Beach's largest employer with more than 3000 employees and a medical staff of over 900 physicians. ManaQement Staff Linda Arama, Director - Approximately 20 years experience with Occupational Health Services. Terry Del Rio, RN, Supervisor - Approximately 15 years with Occupational Health Services. Clinicians A team consisting of 11 individuals comprised of Advance Registered Nurse Practitioner (ARNP), Registered Nurse (RN), Licensed Practitioner Nurse (LPN), certified DOT drug screening technicians, certified breath alcohol technicians and medical assistants. F acil itv 6 Treatment rooms, completely renovated June 2005. Location Occupational Health Services is conveniently located at Mount Sinai Medical Center, Lowenstein Building (4300 Alton Road) ParkinQ Easy Access, provided free of charge. Municipalities & Government Entities Served · Bay Harbor Islands Police Department . City of Hialeah Fire Department · City of Miami Beach Housing Authority · City of North Bay Village · Dade County Public Schools - Special Investigative Unit · EI Portal Police Department · Key Biscayne Fire Department . Medley Police Department . Miami-Dade County Commission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 14 of 15 . South Miami Police Department . Sunrise Fire Department . City of Opa-Locka . Village of Pinecrest Why Mount Sinai? The Committee members believe the annual cost difference (between Sunshine Medical Center - $217,117. and Mount Sinai Medical Center - $250,000) or $32,883 (140/0) is insignificant when taking into consideration, the loss of man-hours spent traveling and finding parking. The quality of staff, the state of the art facility and the professionalism in which they provide services is at a level that the Committee believes no other provider can offer. Mount Sinai is available 24/7 as a normal business practice. A separate Occupational Center and staff has been set up in the ER Room of the hospital for non- business employee needs. The Occupational Center now has a secure area for storing police officers weapons, this was previously not available. The location of the facility was paramount in the committee discussion. Mount Sinai will utilize Employee Assistance Plus, Inc., as a sub-consultant, to provide the Employee Assistance Program. Mount Sinai is the only provider that listed in detail the level of service they would provide. And finally, Mount Sinai in closing, expressed their desire and offered a sincere commitment to give the City of Miami Beach employees quality service. The Committee unanimously agrees that the current provider (Sunshine Medical) cannot provide the same quality services of Mount Sinai, however, if they could the City should take into consideration the following: · Approximately 470 employees annually are selected for random drug testing. Using an average of 1.5 hours of travel X 470 employees (or 705 man-hours) X $30.00 per hour = $21,115. · This number does not include the 213 annual drug test performed within the Fire Department. Recommended Items to Negotiate · Reduction in overall expense. · Offer on-site random drug testing (213 for IAFF) and TB testing as required for group testing currently being performed by Sunshine Medical. · Fitting of personal protective equipment for the police officers. CONCLUSION The City Manager concurs with the Evaluation Committee's recommendation and recommends that the Mayor and City Commission approve the ranking of firms, and authorize the Administration to enter into negotiations with the top-ranked firm of Mount Co'mmission Memo RFP 24-04/05 - for Medical Service Provider for the provision of Various Medical Services that may be . necessary or required by the City of Miami beach, Local, State, and Federal Laws July 27, 2005 Page 15 of 15 Sinai Medical Center; and should the Administration be unsuccessful in negotiating with Mount Sinai Medical Center, authorizing the Administration to negotiate with the second- ranked firm of Sunshine Medical Center; and further authorizing the Mayor and City Clerk to execute an Agreement upon the completion of successful negotiations by the Administration. T:\AGENDA\2005\JuI2705\Consent\RFP24-04-05MEDICAL SERVICE PROVIDER.doc