Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-074Temp. Reso #11206 May 7, 2007 Revision #1 — May 14, 2007 Revision #2 — May 30, 2007 Revision #3 — May 30, 2007 Revision #4 -- May 31, 2007 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2007- _ I A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA; AWARDING THE REQUEST FOR PROPOSAL NO.06-19R TO RANDALL L. WOLFF, M.D., AN INDIVIDUAL, FOR FIRE FIGHTER COMPREHENSIVE MEDICAL EXAMINATIONS, FOR A MINIMUM OF THREE YEARS AT A COST NOT TO EXCEED SIXTY THOUSAND DOLLARS ($60,000) ANNUALLY FOR FY07, FY08, AND FY09, FOR A TOTAL NOT TO EXCEED OF ONE HUNDRED EIGHTY THOUSAND DOLLARS ($180,000) FOR THE THREE YEAR CONTRACT, WITH THE PROVISION FOR RENEWAL FOR TWO (2), THREE (3) YEAR TERMS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. Whereas, the City provides fire, emergency medical services and special operations to its citizens and visitors; and Whereas, the International Association of Firefighters (IAFF), Local 3080, Article 20, and their contract with the City provides for comprehensive medical examinations; and Whereas, the National Fire Protection Agency (NFPA) outlines in section NFPA 1582 those guidelines for comprehensive medical examinations for fire services; and Whereas, the City published Request for Proposal (RFP) No. 06-19R for fire fighter comprehensive medical examinations (A copy of which is on file in the Office of the Clerk), according to NFPA 1582 guidelines; and Whereas, the City's evaluation committee examined responses from: Randall L. Temp. Reso #11206 May 7, 2007 Revision #1 — May 14, 2007 Revision #2 — May 30, 2007 Revision #3 — May 30, 2007 Revision #4 — May 31, 2007 Page 2 Wolff, M.D., Seth Feldman, D.O. d/b/a Medstar, Sonja Kerr, M.D. d/b/a Family Medical, Inc., and Alan K. Roberts, M.D. d/b/a Sunshine Medical Center, to the Request for Proposal and determined that Randall L. Wolff, M.D. proposal (A copy of which is on file in the Office of the Clerk) was best able to meet the needs of the City and scored the highest rank (attached hereto as Exhibit 1) by the evaluation committee; and WHEREAS, the City has negotiated fire fighter comprehensive medical physicals with Randall L. Wolff, M.D. for his services as well as for fire fighter pre -employment comprehensive medical evaluations, as described in Agreement for Services (attached hereto as Exhibit 2); and WHEREAS, the City and Tamarac Fire Rescue have negotiated a contract with Randall L. Wolff, M.D. for his services at a sum not to exceed sixty thousand dollars ($60,000) for fiscal year 2007, sixty thousand dollars ($60,000) for fiscal year 2008, and sixty thousand dollars ($60,000) for fiscal year 2009, for a total of one hundred eighty thousand dollars ($180,000) for the term of the three year agreement as described in the fee proposal (attached hereto as Attachment A to Exhibit 2); and WHEREAS, The City of Tamarac has the option of renewing the contract agreement up to two times for three years each; and WHEREAS, available funds exist in the Fire Rescue Fund for said purpose; and WHEREAS, it is the recommendation of the Fire Chief and the Purchasing/ Contracts Manager that this request for proposal be awarded to Dr. Randall L. Wolff, M.D.; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the City of Tamarac to award the Request For Proposal to Randall L. Wolff, M.D., an individual, for the provision of fire fighter comprehensive medical Temp. Reso #11206 May 7, 2007 Revision #1 — May 14, 2007 Revision #2 — May 30, 2007 Revision #3 — May 30, 2007 Revision #4 — May 31, 2007 Page 3 examinations for Tamarac Fire Rescue not to exceed the sum of sixty thousand dollars ($60,000) for fiscal year 2007, sixty thousand dollars ($60,000) for fiscal year 2008, and sixty thousand dollars ($60,000) for fiscal year 2009, for a total of one hundred eighty thousand dollars ($180,000) for the term of the three year agreement. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing WHEREAS clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: The appropriate City officials are hereby authorized to award Request for Proposal 1106-19R to Randall L. Wolff, M.D., an individual, for the provision of fire fighter comprehensive medical examinations for Tamarac Fire Rescue not to exceed the sum of sixty thousand dollars ($60,000) for fiscal year 2007, sixty thousand dollars ($60,000) for fiscal year 2008, and sixty thousand dollars ($60,000) for fiscal year 2009, for a total of one hundred eighty thousand dollars ($180,000) for the term of the three year agreement with up to two (2) additional three (3) year renewal options as mutually agreed between the parties. SECTION 3: The City Manager or his designee is hereby authorized to execute the Agreement between the City of Tamarac and Randall L. Wolff, M.D., an individual, for medical examination services (attached hereto as Exhibit 2). SECTION 4: That all Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not effect the validity of the remaining portions or applications of this Resolution. Temp. Reso #11206 May 7, 2007 Revision #1 - May 14, 2007 Revision #2 - May 30, 2007 Revision #3 - May 30, 2007 Revision #4 - May 31, 2007 Page 4 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 134h day of J une , 2007. ATTEST: �MARION SW NSON, C CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. -- -------- F,✓ A U . GOREN CITY ATTORNEY I�� t % �. / !L.. ✓✓ -�/ .ter RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM. PORTNER DIST 2: COMM. ATKINS-GRAD DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER 1 I HI 1 2Ue EXHIBIT i 5/10/2007 FIRE FIGHTER COMPREHENSIVE MEDICAL EXAMINATIONSRFP 06-19R Committee Evaluation Totals Proposer's Name: Family Medical I Sunshine I Medical Center Medstar D. Wolff QUALITY or REPONSE (UP TO POINTS 10 EMS Division Chief 1 5 5 9 Assistant Director of HR 6 3 6 7 Risk/Safety Manager 5 5 7 6 Fire Lieutenant 5 10 10 10 Fire Captain, Training & Safety 2.5 5 5 8 EXPERIENCE/CURRENT WORKLOAD/REFERENCES (UP TO 40 POINTS) EMS Division Chief 30 20 30 35 Assistant Director of HR 35 18 30 35 Risk/Safety Manager 31 34 31 32 Fire Lieutenant 10 30 35 35 Fire Captain, Training & Safety 20 30 35 35.5 QUALIFICATIONS/EXPERTISE (UP TO 20 POINTS) EMS Division Chief 15 10 15 20 Assistant Director of HR 17 9 12 19 Risk/Safety Manager 15 15 15 20 Fire lieutenant 15 15 15 20 Fire Captain, Training & Safety 18 12 15 20 PROJECT UNDERSTANDING (UP TO 15 POINTS) EMS Division Chief 10 5 12 15 Assistant Director of HR 8 10 13 12 Risk/Safet Mana er 12 12 14 10 Fire Lieutenant 10 15 15 15 Fire Captain, Training & Safety 5 10 12 15 FEE PROPOSAL (UP TO 15 POINTS) EMS Division Chief 10 3 7 5 Assistant Director of HR 15 8 6 4 Risk/Safety Mana er 14 10 10 7 Fire Lieutenant 10 10 10 10 Fire Captain, Training & Safety 1 10 1 12,5___j 11 1 12 TOTAL POINTS EMS Division Chief 66 43 69 84 Assistant Director of HR 81 48 67 77 Risk/Safety Manager 77 76 77 75 Fire Lieutenant 50 80 85 90 Fire Captain, Training & Safety 55.5 69.5 78 90.5 329.5 316.5 376 416.5 TOTAL RANKING EMS Division Chief 3 4 2 1 Assistant Director of HR 1 4 3 2 Risk/Safety Manager 1 3 1 4 Fire Lieutenant 4 3 2 1 Fire Captain, Training & Safety 4 3 2 1 13 17 10 9 Udrive/2006 Bids/ 06-19R/06-19R EVAL TOTAL WORKSHEET TEMPLATE F..XHIBIT 2 AGREEMENT BETWEEN THE CITY OF TAMARAC AND RANDALL L. WOLFF, M.D., CLINICAL SERVICE UNIT THIS AGREEMENT is made and entered into this L,3ihday of , 2007, by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Avenue., Tamarac, FL 33321 (the "City") and Randall L. Wolff, M.D., an individual, with principal offices located at 501 West Atlantic Avenue, Delray Beach, Florida 33444 (the "Contractor") to provide for comprehensive fire fighter medical examinations. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents shall consist of this Agreement, Request for Proposal (RFP) Document 06-19R, "Comprehensive Fire Fighter Medical Examinations", (including all conditions therein, including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda, Proposal executed and submitted by Contractor, Attachment "A" of this agreement, insurance certificate(s), the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. The RFP 06-19R "Comprehensive Fire Fighter Medical Examinations" as issued by City shall take precedence over Contractor's Proposal. In the event of a conflict between Contractor's original RFP proposal and Attachment "A" document as referenced above, Attachment "A" shall prevail. Furthermore, in the event of a conflict between this Agreement and any other contract document, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to perform comprehensive fire fighter medical examinations as detailed in RFP 06-19R and Attachment "A" of this Agreement. 2.1.2 Contractor shall provide all services in compliance with the scope of work as contained in RFP 06-19R and Attachment "A" as contained in this agreement. 2.1.3 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.4 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.1.5 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or sub -Contractors, if any, with respect to the work and services described herein. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid or proposal document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Schedule The work to be performed under this Agreement shall be commenced after City execution of this Agreement and shall expire three (3) years from the date of execution. The contract may be renewed, if in the best interests of the City, for two (2) additional two (2) year periods upon mutual written agreement by both parties. Fa 5) Contract Sum The Contractor shall invoice City for completed exam services at the exam fees contained in Attachment "A". Additionally, this Agreement allows on an annual basis, during the term of this Agreement, that Dr. Wolff may request an increase in lab, radiology, stress test and vaccination fees provided in this Agreement to cover cost increases for services and the City shall not unreasonably deny such request, provided such request does not exceed 5% of the recurrent cost. 6) Payments The City shall pay in full to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Indemnification 7.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 7.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 7.3 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 8) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth provisions of this nondiscrimination clause. Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 10) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. a 7 11) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Randall L. Wolff, M.D. Medical Director, Clinical Service Unit Phone (561) 243-7499 501 West Atlantic Avenue Delray Beach, FL 33444 12) Termination 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 12.1 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 5 13) Uncontrollable Forces 13.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 13.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 14) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission, City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 16) Signatory Authority Contractor shall provide City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 17) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that 6 provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18) Merger; Amendment This Agreement constitutes the entire Agreement between Contractor and City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 19) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. Remainder of Page Intentionally Blank City of Tamarac Purchasing & Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through Randall L. Wolff, M.D., Medical Director, Clinical Service Unit, duly authorized to execute same. CITY OF TAMARAC Beth Flansbaum-Talabisco, Mayor ATTEST: Jeffrey . Miller, City Manager ('-.A ol ( Marion -Swenson, CIVIC D te: City Clerk (�' 1';� I.C) - - - D to ATTEST: N/A (Corporate Secretary) N/A Type/Print Name of Corporate Secy (CORPORATE SEAL) Approved too and legal sufficiency: i orn Date - Randall L. Wolff, M.D. Signature of Owne y Randall L. Wolff, M.D. Type/Print Name of Owner Date a of Tamarac 'y T WPurchasing & Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF t 1 :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Randall L Wolff, M.D., an Individual, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this „ day of M-c , 20d0 ture of Notary Public gg y W ; Ellen P. Wickert S e of Florida at Large :� commission # DD383 = Expires February 21, 2009 •• •�v renurr trey FeM . ineer.r«r., ins. eoo-3esto,v Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. 9 ATTACHMENT "A" RANDALL L. WOLFF, M.D. MEDICAL DIRECTOR CLINICAL SERVICE UNIT 501 WEST ATLANTIC A VENUE DELRAY BEACH, FLORIDA 33444 561-243-7499 561-243-747.5 FAX City of Tamarac Purchasing and Contracts Manager 7525 NW 88`h Avenue Tamarac, Florida 33321 Reference: Request For Proposal for a Fire Department Physician to perform Fire Fighter Comprehensive Medical Examinations (RFP 06-19R). Please accept this clarification of services to be provided at the Clinical Service Unit pursuant to RFP 06-1.9R.. Fire Fighter New Hires Examination Components 1. Physical Examination, Vital Signs, Height/Weight measurement, Pulmonary Function Testing, Oxygen Saturation, 12 Lead EKG, Audiometric Testing, Visual Acuity and Peripheral Vision "Testing. 2. Tetanus and Diphtheria Booster after hire 3. Hepatitis B Booster A. Hepatitis A & B Series as needed after hire 4. Tb Test by PPD 5. Chest X-ray 6. Exercise Stress Test, Non-`l'lialliuin or Thallium as indicated 7. Laboratory l ;valuation to include: A. CBC with differential, Comprehensive Metabolic Profile, Lipid Profile, RPR, Urinalysis, Hepatitis A, B, C and quantitative B titer, HIV. B. PSA for males over 40 C. Drug Screen 10-Panel D. Blood Alcohol 8. Fitness Assessment Fire Fi hter Annual Examination Components I. Physical Examination, Vital Signs, Ileight/Weight measurement, Pulmonary Function Testing, Oxygen Saturation, 1.2 bead EKG, Audiometric Testing, Visual Acuity and Peripheral Vision Testing. 2. Tetanus and Diphtheria Booster as Needed. 3. Hepatitis B Booster as needed & Hepatitis A series as needed 4. Tb Test by PPD 5. Chest X-ray as necessary and every 5 years 6. Exercise Stress Test, Non -Thallium or Thallium as indicated 7. Laboratory Evaluation to include: A. CBC with differential, Comprehensive Metabolic Profile, Lipid Profile, RPR, Urinalysis, Hepatitis A, B, C and Hepatitis B Surface Antibody titer, HIV. 8. PSA for males over 40 9. Fitness Assessment Fire Fighter live Team Examination Com onents 1. Physical Examination, vital Signs, Height/Weight measurement, Pulmonary Function Testing, Oxygen Saturation, 1.2 Lead EKG, Audiometric Testing, Visual Acuity and Peripheral Vision "Testing. 2. Tetanus and Diphtheria Booster as Needed. 3. Hepatitis B Booster as needed & Hepatitis A series as needed. 4_ Tb Test by PPD 5. Chest X-ray as necessary and every 5 years 6. Exercise Stress Test, Non -Thallium. or Thallium as indicated 7. Laboratory Evaluation to include: A. CBC with differential, Comprehensive Metabolic Profile, lipid Profile, RPR, Urinalysis, Hepatitis A, B, C and Hepatitis B Surface Antibody titer, HIV. 8. PSA for males over 40 9. Fitness Assessment 10. Dive Team Medical Assessment Form The Clinical Service Unit will track immunizations and medical surveillance issues and will strive to maintain open communications with the appropriate departments in the City while preserving patient confidentiality. Randall L. Wolf, MD Clinical Service Unit 501 W. Atlantic Avenue Delray Beach, Florida 33444 Firefighter Physical Price List ANNUAL (Special Operations) NEW HIRE Physical Laboratory Test Fitness Assessment PPD Facility Fee $115.00 $230.00 $40.00 $10.00 $5.00 Total $400.00 ATTACHMENT "A" Laboratory Tests - CMP, Lipid Panel, Hepatitis Panel, Hepatitis Surface antibody, CBC w/diff, HIV screening, PSA (40 yrs), TSH if medically necessary and a Urine Physical $115.00 Laboratory Test $230.00 10-Panel Drug Test with MRO $60.00 Hazmat Labs $172.50 Fitness Assessment $40.00 PPD $10.00 Baseline Chest X-ray (AP/Lat) $130.00 Baseline Lumbar X-ray (AP/Lat) $105.00 Facility Fee $5.00 Total $867.50 Laboratory Tests - CMP, Lipid Panel, Hepatitis Panel, Hepatitis Surface antibody, CBC w/diff, HIV screening, PSA (40 yrs), TSH if medically necessary and a Urine Hazmat (Heavy Metals) Laboratory - Mercury, Cholinesterase, Lead, Arsenic Miscellaneous Comprehensive Tests (Additional Cost) Tetanus (every 5 years) $25.00 Hepatitis A Series $150.00 Hepatitis B Series $150.00 Hepatitis B Booster $50.00 Hepatitis B Titer $20.00 Hepatitis A/B (Twinrix) $75.00 Hazmat Labs $172.50 Baseline or +PPD Chest X-ray $130.00 Non -Thallium Stress $300.00 Thallium Stress $400.00 Audiogram $45.00 Spirometry (PFT's) $45.00 Testing for Personnel over 40 PSA $30.00 Tetanus Injection - Tetanus and Diphtheria combined (Td). Recommended every 5 years due to high exposure. Hep Twinrix (Hep A & Hep B) - $75/injection with a total of 3 over a 6 month period ($225.00 total). Hep B Vaccine - $50/injection with a total of 3 over a 6 month period ($150.00 total)_ Hep A Vaccine - $75/injection with a total of 2 over a 1 year period ($150.00 total).