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).