Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 01/27/2026 Item #16E 1 (Award Request for Proposal (“RFP”) #25-8407 Collier County Medical Director Employment Physicals and Drug Testing to Advance Medical of Naples LLC.)
1/27/2026 Item # 16.E.1 ID# 2026-47 Executive Summary Recommendation to award Request for Proposal (“RFP”) #25-8407 Collier County Medical Director Employment Physicals and Drug Testing to Advance Medical of Naples LLC, and authorize the Chairman to execute the attached Agreement. OBJECTIVE: To provide Medical Director service over the Occupational Health and Safety program staff, to evaluate designated job offer candidates, and to provide active employee physical evaluations and required drug testing as needed. CONSIDERATIONS: Collier County Government uses a contracted medical services provider to act as the Medical Director over the Occupational Health and Safety program staff, to evaluate designated post job offer candidates, and to provide active employee physical evaluations and required drug testing as needed. On July 28, 2025, the Procurement Services Division released notices for Request for Proposal (RFP) #25-8407, "Collier County Medical Director Services, Employee Physicals and Drug Testing." On August 6, 2025, a non- mandatory proposal meeting was held offering prospective proposers an opportunity to participate. Two (2) proposals were received by the August 28, 2025, submission deadline. All proposers were found to be responsive and responsible. A Selection Committee met on October 16, 2025, to review the proposals and for deliberation. After reviewing the proposals and deliberating, the committee ranked the proposals as follows: Proposers Final Ranking Advance Medical of Naples LLC 1 Medical Risk Solutions, LLC. dba My Health Onsite 2 Staff is recommending the award to Advance Medical Center LLC. This firm has provided occupational health services in Collier County for a variety of public and private employers since the inception of the business, including Collier County Government, and is reputable with a good work history and has been in business in Naples for over 37 years. The term of the agreement is for five years with the option to renew for five additional one-year periods. The agreement will commence upon expiration of the current agreement, which expires on February 8, 2026. This item is consistent with the Collier County strategic plan objective to safeguard taxpayer money by promoting fiscal stewardship and sound budget oversight. FISCAL IMPACT: Funds are budgeted annually in the Workers’ Compensation (Fund 5018) budget and department budgets for required physicals and drug tests. Total funds expended are dependent upon the need for services. The estimated annual expenditure for FY 26, based upon the proposed rates and estimated volume of service, is $150,000. GROWTH MANAGEMENT IMPACT: There are no Growth Management impacts with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATION(S): To award RFP #25-8407 Collier County Medical Director Employment Physicals and Drug Testing to Advance Medical of Naples LLC, and authorize the Chairman to execute the attached Agreement. PREPARED BY: Andrew Kelly, Manager Risk Management, Michael Quigley, Director Risk Management Page 4352 of 5261 1/27/2026 Item # 16.E.1 ID# 2026-47 ATTACHMENTS: 1. ADVANCED MEDICAL OF NAPLES LLC - Fee Schedule 2. ADVANCED MEDICAL OF NAPLES LLC Response Document Report 3. 25-8407 Advanced Medical COI exp 2.19.26 (GLELWCMM) 4. 25-8407 Advanced Medical VS 5. 25-8407 NORA (003) 6. 25-8407 Solicitation (003) 7. 25-8407 Final Ranking Page 4353 of 5261 Page 4354 of 5261 Page 4355 of 5261 County of Collier, FL Procurement Sandra Srnka, Procurement Director 3299 Tamiami Trail, East Naples, FL 34112 [ADVANCED MEDICAL OF NAPLES LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8407 Collier County Medical Director Services, Employment Physicals and Drug Testing RESPONSE DEADLINE: August 28, 2025 at 3:00 pm Report Generated: Thursday, August 28, 2025 ADVANCED MEDICAL OF NAPLES LLC Response CONTACT INFORMATION Company: ADVANCED MEDICAL OF NAPLES LLC Email: lraymond@advmednaples.com Contact: Lori-Ann Raymond Address: 720 Goodlette Road N Suite 500 Naples, FL 34102 Phone: (239) 216-1252 Website: www.advmednaples.com Submission Date: Aug 27, 2025 12:57 PM (Eastern Time) Page 4356 of 5261 [ADVANCED MEDICAL OF NAPLES LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8407 Collier County Medical Director Services, Employment Physicals and Drug Testing [ADVANCED MEDICAL OF NAPLES LLC] RESPONSE DOCUMENT REPORT undefined - Collier County Medical Director Services, Employment Physicals and Drug Testing Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Aug 26, 2025 5:43 PM by Lori Raymond QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Request for Proposal (RFP) Instructions Form* Request for Proposal (RFP) Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions.* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Page 4357 of 5261 [ADVANCED MEDICAL OF NAPLES LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8407 Collier County Medical Director Services, Employment Physicals and Drug Testing [ADVANCED MEDICAL OF NAPLES LLC] RESPONSE DOCUMENT REPORT undefined - Collier County Medical Director Services, Employment Physicals and Drug Testing Page 3 Confirmed 6. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. d90a0e68-7093-42bd-90b0-375e9a06dde8.pdf 7. County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* AMN_Vendor_Dec_Bid_25-8407.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* AMN_Conflict_of_Interest_Bid_25-8407.pdf IMMIGRATION AFFIDAVIT CERTIFICATION (FORM 3)* AMN_Immigration_Bid_25-8407.pdf LOCAL VENDOR PREFERENCE (IF APPLICABLE FORM 4) Include a copy of the business tax receipt. AMN_Local_Vendor_Bid_25-8407.pdf REFERENCE QUESTIONNAIRE (IF APPLICABLE FORM 5) ec8e55f5-59d6-4225-bab3-fa51bb810e89.pdf GRANT PROVISIONS (IF APPLICABLE FORM 6) All forms must be completed No response submitted PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)** Page 4358 of 5261 [ADVANCED MEDICAL OF NAPLES LLC] RESPONSE DOCUMENT REPORT GEN No. 25-8407 Collier County Medical Director Services, Employment Physicals and Drug Testing [ADVANCED MEDICAL OF NAPLES LLC] RESPONSE DOCUMENT REPORT undefined - Collier County Medical Director Services, Employment Physicals and Drug Testing Page 4 http://dos.myflorida.com/sunbiz/ should be attached with your submittal. AMN_Division_of_Corps_Bid_25-8407.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. AMN_E_Verify_Bid_25-8407.pdf W-9 FORM* AMN_W-9_Bid_25-8407.pdf SIGNED ADDENDUMS (IF APPLICABLE) SKM_C300i25082613520.pdf MISCELLANEOUS DOCUMENTS No response submitted Page 4359 of 5261 Page 4360 of 5261 Page 4361 of 5261 Page 4362 of 5261 Page 4363 of 5261 Page 4364 of 5261 Page 4365 of 5261 Page 4366 of 5261 Page 4367 of 5261 Page 4368 of 5261 Page 4369 of 5261 Page 4370 of 5261 Page 4371 of 5261 Page 4372 of 5261 Page 4373 of 5261 Page 4374 of 5261 Page 4375 of 5261 Page 4376 of 5261 Page 4377 of 5261 Page 4378 of 5261 Page 4379 of 5261 Page 4380 of 5261 Page 4381 of 5261 Page 4382 of 5261 Page 4383 of 5261 Page 4384 of 5261 Page 4385 of 5261 Page 4386 of 5261 Page 4387 of 5261 Page 4388 of 5261 Page 4389 of 5261 Page 4390 of 5261 Page 4391 of 5261 Page 4392 of 5261 Page 4393 of 5261 Page 4394 of 5261 Page 4395 of 5261 Page 4396 of 5261 Page 4397 of 5261 Page 4398 of 5261 Page 4399 of 5261 Page 4400 of 5261 Page 4401 of 5261 Page 4402 of 5261 Page 4403 of 5261 Page 4404 of 5261 Page 4405 of 5261 Page 4406 of 5261 Page 4407 of 5261 Page 4408 of 5261 Page 4409 of 5261 Page 4410 of 5261 Page 4411 of 5261 Page 4412 of 5261 Page 4413 of 5261 Page 4414 of 5261 Page 4415 of 5261 Page 4416 of 5261 Page 4417 of 5261 Page 4418 of 5261 Page 4419 of 5261 Page 4420 of 5261 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:ADVANCE MEDICAL OF NAPLES, LLC MEDICAL OFFICE 30.00 SEPTEMBER 30, 2026 CITY LIMITS LEACH, GREGORY 720 GOODLETTE RD N #500 NAPLES, FL 34102 112283 239-566-7676 LLC WWW-26-00058308 03613501 07/16/2025 720 GOODLETTE RD N #500 Page 4421 of 5261 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Collier County Medical Directore Services Employment Physicals and Drug Testing Advance Medical of Naples, LLC 25-8407 ✔✔ GonzalezGre ily Digitally signed by GonzalezGreily Date: 2026.01.09 16:48:00 -05'00' Page 4422 of 5261 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_500,000____ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000___single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_________ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Medical Professional Liability $1,000,000 Per Occurrence Medical Malpractice $ _1,000,000____ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 4423 of 5261 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. 7/22/2025 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 4424 of 5261 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 1/9/2026 (407) 644-8689 (407) 644-9934 10178 Advance Medical of Naples LLC 720 Goodlette Rd Ste 302 Naples, FL 34102-5656 A 1,000,000 X GL10010195700 6/1/2025 6/1/2026 100,000 5,000 1,000,000 2,000,000 2,000,000 1,000,000A CA10010195600 6/1/2025 6/1/2026 Contract # 25-8407-Collier Coounty Medical Director Services Employment Physical & Drug testing. Collier County Board of County Commissioners or Board of County Commission s in Collier County or Collier Coounty Government and Collier County as additional insured with respect to general liability as required by written contract. Primary and noncontributory applies in favor of the additional insured. Collier County Board of County Commissioners 3295 Tamiami Trl E Naples, FL 34112 ADVAMED-30 KSMITH7 Hub International Florida1560 Orange Avenue Suite 750Winter Park, FL 32789 FCCI Insurance Company X X XX Page 4425 of 5261 Page 4426 of 5261 Page 4427 of 5261 Page 4428 of 5261 Page 4429 of 5261 Page 4430 of 5261 Page 4431 of 5261 Page 4432 of 5261 Page 4433 of 5261 Page 4434 of 5261 Page 4435 of 5261 Page 4436 of 5261 Page 4437 of 5261 Page 4438 of 5261 Page 4439 of 5261 Page 4440 of 5261 Page 4441 of 5261 Page 4442 of 5261 Page 4443 of 5261 Page 4444 of 5261 Page 4445 of 5261 Page 4446 of 5261 Page 4447 of 5261 Page 4448 of 5261 Page 4449 of 5261 Page 4450 of 5261 Page 4451 of 5261 Page 4452 of 5261 Page 4453 of 5261 Page 4454 of 5261 Page 4455 of 5261 Page 4456 of 5261 Page 4457 of 5261 Page 4458 of 5261 Page 4459 of 5261 Page 4460 of 5261 Page 4461 of 5261 Page 4462 of 5261 Page 4463 of 5261 Page 4464 of 5261 Page 4465 of 5261 Notice of Recommended Award Solicitation: 25-8407 Title: Collier County Medical Director Services, Employee Physicals and Drug Testing Due Date and Time: August 28, 2025, 3:00pm EST Proposers: Company Name City County State Final Ranking Responsive/Responsible Advance Medical of Naples, LLC Naples Collier FL 1 Yes/Yes Medical Risk Solutions, LLC. dba My Health Onsite Ocoee Orange FL 2 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Proposer For Award: On July 28, 2025, the Procurement Services Division released notices for Request for Proposal (RFP) No. 25-8407, “Collier County Medical Director Services, Employee Physicals and Drug Testing”, to three thousand three hundred and ninety-nine (3,399) firms and five hundred and thirty-two (532) firms viewed the solicitation information. On August 6, 2025, a non-mandatory proposal meeting was held offering prospective proposers an opportunity to participate. Two (2) proposals were received by August 28, 2025, submission deadline. Staff reviewed the proposals received, and all Proposers were deemed to be responsive and responsible with minor irregularities. The Selection Committee convened on October 16, 2025, as described in the solicitation documents, after reviewing the proposals and deliberation, the Committee scored the proposals and elected to move forward with final ranking as follows: Advance Medical of Naples, LLC – Ranked as 1 Medial Risk Solutions, LLC dba My Health Onsite – Ranked as 2 Staff is recommending award to the top-ranked firm, Advance Medical of Naples LLC. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: _________________ Procurement Services Director: _________________________________ Andres Fuentes Date Page 4466 of 5261 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR COLLIER COUNTY MEDICAL DIRECTOR SERVICES, EMPLOYMENT PHYSICALS AND DRUG TESTING SOLICITATION NO.: 25-8407 BARBARA LANCE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8998 Barbara.Lance@colliercountyfl.gov (Email) Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 4467 of 5261 2 SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 25-8407 PROJECT TITLE: COLLIER COUNTY MEDICAL DIRECTOR SERVICES, EMPLOYMENT PHYSICALS AND DRUG TESTING PRE-PROPOSAL CONFERENCE: AUGUST 6, 2025, AT 10:00 AM EST LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: AUGUST 28, 2025, AT 3:00 PM EST PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Human Resources Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for P roposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified Vendors in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work stated herein. Historically, the County has spent an average of $92,000 per fiscal year over the last three (3) years in procuring these services for County functions; however, this may not be indicative of future expenditures for these services. BACKGROUND Collier County Florida is located on southwest Florida’s Paradise Coast. The County includes the communities of Naples, Marco Island, Everglades City and Immokalee, and is one of the largest counties east of the Mississippi River encompassing more tha n 2,000 square miles. The County is seeking services of a Vendor to provide occupational medical services on an “as needed” basis as may be required by the Collier County Manager’s Agency and associated local government agencies, located in Naples, Florida. This program covers and may be utilized by all regular, temporary, and seasonal employees of the County Manager’s Agency of Collier County and associated local government agencies, which currently include, but are not limited to, County Attorney and Pelican Bay Services. It will also include individuals who have applied to and are being considered for positions of employment with these agencies. This agreement will not include the Collier County Sheriff’s staff and employees nor the Collier County Clerk of the Court’s staff as they have separate contracts for these services. The County and associated local government agencies under this agreement have a total of approximately two thousand one hundred (2,100) employees. The location of the facility proposed to provide the occupational medical services will be one of the factors considered duri ng the evaluation process. The County prefers the medical facility to be located within fifteen (15) miles from the Collier County Government Center, 3299 Tamiami Trail East, Naples, Florida, 34112, with satellite facilities to be provided in areas within Collier County. The Vendor must provide all services listed in this Scope of Work. The County does not guarantee a specific quantity of work. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for five (5) years with five (5) one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at h er discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Vendor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then i n effect. Page 4468 of 5261 3 All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. DETAILED SCOPE OF WORK The County is interested in receiving proposals from qualified Vendors to provide Medical Director Services, physicals, drug testing, and periodic medical reviews for Collier County employees and applicants being considered for positions of employment with the agency. The County shall award a contract for services to one (1) Vendor who provides the most qualified and responsive proposal meeting the qualifications and services/requirements identified in Part A and Part B of this solicitation. 1. Qualifications: 1.1 Part A: The Vendor shall provide Medical Director Services for the Collier County Occupational Health Program as may be required by the Collier County Manager’s Agency and its associated local government agencies, located in Naples, Florida. These programs will be available to all regular, temporary, and seasonal employees of the County Manager’s Agency of Collier County and its participating agencies, which currently include, but are not limited to , County Attorney and Pelican Bay Services. It will also include individuals who have applied to and are being considered for positions of employment with these agencies. 1.2 The Vendor shall ensure that the physician providing services is a licensed Doctor of Medicine or Osteopathy who has completed residency training in an accredited medical training program and/or is American Board of Medical Specialties (ABMS) or American Osteopathic Association (AOA) certified and meets specific criteria set by the Florida Board of Medicine (for M.D.s) or the Board of Osteopathic Medicine (for D.O.s), under the Florida Department of Health . The physician shall be knowledgeable and/or have a background that includes, but is not limited to, Occupational Medicine, OSHA Standards, NFPA 1582 and 1583 Standards, Florida Workers’ Compensation Statutes, DOT Agencies - FAA/FTA/FMCSA, and USCG drug and alcohol testing regulations. If the awarded vendor’s physician, who provides the listed services is unavailable, an on-call physician of similar qualifications shall be designated to provide such services. 2. Services/Requirements: 2.1 The Vendor must provide all services listed in this Scope of Work. The County does not guarantee a specific quantity of work. 2.1.1 Services to be provided include, but are not limited to, the following: 2.1.1.1 Review, recommend and approve standing medical orders and protocols. 2.1.1.2 Provide a written recommendation for an employee or prospective job candidate’s ability to wear a respirator based on OSHA’s Respiratory Protection Standard - CFR1910.134. 2.1.1.3 Provide services per OSHA’s Occupational Noise Exposure Standard - CFR 1910.95. 2.1.1.4 Consult and recommend pre-placement evaluation criteria and findings. 2.1.1.5 Consult on work related injuries and illnesses. 2.1.1.6 Consult on fitness for duty evaluations. 2.1.1.7 Consult on independent medical evaluations. 2.1.1.8 Medical Review Officer (MRO*): review and consultation of drug related tests. * Medical Review Officers (MRO) are licensed physicians who have been trained and certified to review the lab results and to validate whether a test is positive. Regulations concerning MROs and the verification process are found in 49 CFR Part 40 Subpart G. Furthermore, documentation as a DOT qualified MRO must be presented to the Collier County’s Drug and Alcohol Program Manager (DAPM) and/or the Designated Employer Representative (DER) upon request. 2.2 Part B: The Vendor shall provide a comprehensive post-offer physical and drug testing program to benefit Collier County and reduce liability to the County. This program will ensure the proper placement of employees based upon physical capabilities related to the essential functions of County positions. Also included, there will be a reassessment of County employees on a designated basis. This program will ensure the health of current and potential County employees. 2.2.1 Specific requirements include: 2.2.1.1 The Occupational Medical Services Program will be designed to provide the medical services listed. The awarded Vendor shall provide weekend and extended weekday hours of operation and shall be staffed with appropriately trained and qualified medical personnel. Page 4469 of 5261 4 2.2.1.2 Clinical Activities: The following are the activities that shall be required of the awarded Vendor, to perform services for the County. This list includes the core function and major emphasis of clinical activities to be performed. Lab results, medical findings, and recommendations shall be reviewed with the examinee. The summary results shall be forwarded to the Human Resources Division within one (1) working day of the completion of the examination for all items listed below, unless otherwise indicated. Upon request of the County or the individual, a complete report must be made available. a. Pre-Placement Employment Physical: A basic occupational and medical history is reviewed with an occupational physical exam. A Respirator Medical Clearance Evaluation may also be required based on job classification. The medical determination of ability to work is assessed based on the job classification specifications provided by Collier County. A vision exam (near and far acuity, color, depth perception) will be conducted with this physical at no charge. Ancillary tests to determine medical clearance (i.e., drug testing, blood alcohol, CBC, lipid panel) are reimbursed per Exhibit A - Fee Schedule. b. Pre-Placement Physical with Commercial Driver’s License (CDL) Physical: The candidate’s medical history is reviewed. A Respirator Medical Clearance Evaluation may also be required based on job classification. The medical examiner conducts a physical that evaluates the candidate’s medical condition for employment and CDL medical certification. The physician completes the post-offer physical form and the Department of Transportation (DOT) medical physical form. Laboratory results are reviewed. A vision screen and urine dipstick are conducted at no additional charge. The DOT card is issued. c. Firefighter Physical: A comprehensive medical history review and physical evaluation is conducted in accordance with the recommendations of the current NFPA 1582. A Respirator Medical Clearance Evaluation and Fitness Plan per NFPA 1582 Guidelines is included as part of the phys ical evaluation. This physical shall be conducted in a manner that permits the physician to review the findings of all components (labs, tests, etc.) of the physical and review those findings and any recommendations with the firefighter candidate/employee. d. Emergency Medical Technician (EMT)/Paramedic Physical: A comprehensive medical history review and physical evaluation is conducted in accordance with the recommendations of the current regulatory requirements. This physical shall be conducted in a manner that permits the physician to review the findings of all components (labs, tests, etc.) of the physical and review those findings and any recommendations with the EMT/Paramedic candidate/employee. e. Respirator Medical Clearance Evaluation: A respiratory health questionnaire and medical history is reviewed by a *physician, *nurse practitioner, or *physician’s assistant (*licensed to practice in the State of Florida and in good standing) per the OSHA Standard – CFR 1910.134. The physical examination with interpretation of spirometry and ancillary tests will assess the ability to wear a respirator. A written medical recommendation shall be provided per the OSHA Standard - CFR 1910.134. A vision exam will be included at no charge. Spirometry testing is included. Ancillary tests at the published fee schedule rate can augment this physical assessment. f. SCUBA Diving Medical Examination and Certification: A medical history is reviewed and a physical examination with required ancillary testing is conducted to determine issuance of a diving certification. g. CDL Physical (DOT): The Department of Transportation Medical Examination Report for commercial driver fitness determination is conducted in accordance with DOT regulations and requirements. A Medical Examiners Certificate (DOT Card) will be issued after successful completion of this physical. h. Fitness for Duty Examination (FDE): The selected Vendor shall perform any fitness for duty examinations requested by the Collier County Human Resources Division. The fitness for duty examination content shall be determined by the physician based on the job classification requirements. A complete medical report shall be forwarded to the Human Resources Division within one (1) working day of the completion of the examination. i. Independent Medical Examination (IME): The selected Vendor shall perform any independent medical examinations requested by the Collier County Human Resources Division. The independent medical examination content shall be determined by the physician based on the job classification Page 4470 of 5261 5 requirements as provided by Collier County. A complete medical report shall be forwarded to the Human Resources Division within one (1) working day of the completion of the examination. j. Asbestos Medical Examinations and Consultations: The selected Vendor shall provide medical examinations and consultations following the requirements of the Asbestos Standard CFR 1926.1101. This examination shall include a Respirator Medical Clearance Evaluation. k. Laboratory Work: The following tests shall be performed for an all-inclusive fee as outlined in Exhibit A – Fee Schedule: 1. Comprehensive Metabolic Panel with Lipids 2. Complete Blood Count (CBC) w/Platelet, Auto Differential 3. Urinalysis Chemistry 4. Creatinine 5. BUN 6. TSH Levels Test 7. C-Reactive Protein 8. Heavy Metals Test – Blood (Lead, Aluminum, Antimony, Bismuth, Cadmium, Chromium, Cooper, Nickel, Zinc) 9. HbA1c 10. RBC Cholinesterase 11. Polychlorinated Biphenyls 12. Blood Alcohol Test 13. Breath Alcohol Test – (Administered by a Breath Alcohol Technician meeting DOT Qualifications only) 14. Arsenic – Urine 15. Mercury - Urine 16. PPD Testing w/Reading (Induration measurement) 17. Chest x-ray (2-view) 18. Chest x-ray (4-view) 19. Chest CT w/contrast 20. Chest CT without contrast 21. Audiometric Screening Test (pure tone air only) with interpretation (Audiogram) per OSHA’s Occupational Noise Exposure Standard - CFR 1910.95 22. Pulmonary Function Test (with interpretation) 23. Drug Screen w/MRO – DOT 5 Panel (Collected per DOT Urine Specimen Collection Guidelines – 49 CFR Part 40) 24. Drug Screen w/MRO – HRS 5 Panel 25. Drug Screen w/MRO – HRS 10 Panel 26. Hepatitis Panel Test 27. Measles, Mumps, Rubella Vaccination (MMR) 28. MMR Titer 29. Mumps Vaccination 30. Mumps Titer 31. Measles Vaccination 32. Measles Titer 33. Varicella Vaccination (Price per injection) 34. Varicella Titer 35. Hepatitis A Vaccination Series (price per injection) 36. Hepatitis B Vaccination Series (price per injection) 37. Hepatitis Titer (if previously immunized) 38. HIV 1 & 2 Antibody Test 39. Pre-exposure Rabies Vaccination Series (price per injection) 40. Rabies Titer (if previously immunized) 41. Tetanus/diphtheria Vaccination 42. Tdap Vaccination 43. EKG - 12 Lead (with interpretation and physician confirmation) 44. Cardiac Stress Test (with interpretation and physician confirmation) 45. Echocardiogram (with interpretation and physician confirmation) 46. Prostate Exam 47. PAP Test l. Medical Services Not Listed: Medical services (labs, tests, immunizations, etc.) not listed in this document shall be permitted upon review and authorization by the Human Resources Division. Page 4471 of 5261 6 Pricing for such services shall not exceed the usual and customary rate as listed by the County’s health claim administrator for zip code 34112. m. Post-Offer Physical Examinations: Post-offer examinations will usually be scheduled on short notice. Appointments may be requested for the same day or the following business day. 1. The medical examination and review of the collected medical and occupational history must be performed by a licensed physician, nurse practitioner, or physician’s assistant, preferably experienced in occupational health. Routine measurements, laboratory sp ecimens, and x- rays may be taken by paramedical personnel. 2. Written confirmation of the examination results must be provided to the Human Resources Division, or designated person, within twenty-four (24) hours. This confirmation must identify any concerns and/or accommodation recommendations. 3. Reports and Records: All medical reports shall be the sole property of Collier County and may not be used or reproduced in any form without the explicit written permission of the County. The successful Vendor selected to provide these services shall maintain complete records on each individual examined/treated. Such records shall remain confidential in compliance with all HIPAA regulations and will be made available only to the County’s representative and /or the individual. 3.1 No information, record, report, or data derived, compiled, obtained, prepared, or developed by the Vendor from work performed pursuant to the contract may be released, disseminated, or disclosed without written consent of the County. 3.2 All medical reports and records shall be formally transferred to the County by the successful Vendor within five (5) working days after the receipt of a contract termination notice. 4. Fee Schedule 4.1 Cost proposals shall be based upon a stated Annual Cost for the Medical Director Services and a Unit Price for Laboratory work (Testing Types) as noted in Exhibit A- Fee Schedule. 4.2 The fee(s) shall be payable in equal monthly installments with payment due on the first day of each month. 5. Price Modifications 5.1 Prices shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made prior to the contract renewal date thereafter and submitted in writing to the Division Director of Human Resources or designee. Price adjustments are dependent upon the most recent 12-month Consumer Price Index for all Urban Consumers (CPI-U) for the Miami-Ft. Lauderdale area, budget availability, and Division Director of Human Resources approval. The Procurement Director or designee has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. Price increase requests are not guaranteed. If approved, the Vendor will be notified in writing with the effective date of any approved price increases. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Vendors will submit a qualifications proposal which will be scored based on the criteria in Evaluation Criteria for Development of Shortlist, which will be the basis for short-listing the Vendors. The Vendors will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the County. The County will then score and rank the firms and enter into negotiations with the top-ranked Vendor to establish the cost for the services needed. The County reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected Vendor, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 1.2 The County will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the County will rank the Vendors based on the discussion and clarifying questions on their approach and related criteria and then negotiate in good faith an Agreement with the top -ranked Vendor. 1.6 If, in the sole judgment of the County, a contract cannot be successfully negotiated with the top-ranked Vendor, negotiations Page 4472 of 5261 7 with that Vendor will be formally terminated, and negotiations shall begin with the Vendor ranked second. If a contract cannot be successfully negotiated with the Vendor ranked second, negotiations with that Vendor will be formally terminated and negotiations shall begin with the third-ranked Vendor, and so on. The County reserves the right to negotiate any element of the proposals in the best interest of the County. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the County’s Selection Committee to score each proposal. Vendors are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 5 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Ability of Professional Personnel 20 Points 4. Ability to Comply with Scope of Services 20 Points 5. Experience and Capacity of the Vendor 10 Points 6. Day-to-Day Management/Location 10 Points 7. Vendor’s Transition Plan 10 Points 8. Cost of Services 10 Points 9. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, the award shall be made to the Vendor with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the Vendor in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie-breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director or designee before at least three (3) witnesses. ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (5 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. The submission of a signed proposal is the Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman, and/or Minority Business Enterprise. EVALUATION CRITERIA NO. 3: ABILITY OF PROFESSIONAL PERSONNEL (20 Total Points Available) This criterion measures the ability of the professional team personnel as shown by their level of experience on contracts of similar type, size, and complexity. This criterion measures how well the team is staffed to address all facets of providing services as requested by Collier County. It measures how well the team is organized to deliver the requested services for the County. It also measures teams’ knowledge and experience in overseeing occupational medical services and who demonstrate a strong commitment to team collaboration. It measures teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar contracts. It measures the overall level of the team’s qualifications to successfully complete the project. A copy of your Corporate Business Plan should be provided as part of this criteria. Page 4473 of 5261 8 EVALUATION CRITERIA NO. 4: ABILITY TO COMPLY WITH SCOPE OF SERVICES (20 Total Points Available) In this criterion, include, at a minimum, the following details specific to the scope of this RFP: • Understanding of Scope o Provide clear evidence that the proposer understands all elements of the scope of work, objectives, deliverables, and service expectations. o Include in your proposal, a work plan or methodology aligning with the contract's technical and operational requirements. • Resources and Equipment o Identify your possession or access to necessary tools, equipment, technology, and materials to perform the services without delay or compromise. o Provide evidence of readiness to deploy these resources upon contract award. • Compliance Capability o Demonstrate your understanding and ability to comply with all applicable laws, codes, permits, licenses, regulations, and industry standards relevant to the scope. o Provide description of internal compliance and quality control measures. • Capacity and Availability o Include current and projected workload which confirms capacity to complete the contract on time and within budget. o Provide a detailed schedule or project timeline, showing milestones, reporting periods, and staffing. • Risk Management and Problem Resolution o Include a plan for identifying, mitigating, and managing risks that may affect service delivery. o Describe what procedures in place for issue escalation, corrective action, and performance monitoring. • Contractual Readiness o Elaborate on your ability to meet insurance, indemnification, and any other contractual or legal requirements. EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE VENDOR (10 Total Points Available) In this criterion, include but are not limited to: • Provide information that documents your qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and the number of years of experience in providing the required services. • Describe the various team members’ successful experience in working with one another on previous projects. The County requests that the Vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients during a period of the last 5 years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Vendor that best represents projects of similar size, scope and complexity of this project using Form 5. Vendor may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Vendor on relevant project work. EVALUATION CRITERIA NO. 6: DAY TO DAY MANAGEMENT/LOCATION (10 Total Points Available) Under this criterion, the location of various key contract team members will be evaluated by the Vendor’s approach to day- to-day management and execution of work. The Vendor shall demonstrate from contract kick-off how they will establish the contract location, as well as specifying how they will manage day-to-day information collection and distribution between internal and external team members, and County staff involved in providing occupational medical services to Collier County. • Provide details about the location of the medical facility, along with the location of the satellite facilities Page 4474 of 5261 9 EVALUATION CRITERIA NO. 7: VENDOR’S TRANSITION PLAN (10 Total Points Available) This criterion measures the team’s proposed resources for the transition of current occupational medical services being provided to the County from the expiring contract to this new contract. • Describe Vendor’s plan to ensure there is no gap in providing resources, availability of Vendor’s staff, and plan for continuity of any services pending completion at the time of contract award. EVALUATION CRITERIA NO. 8: COST OF SERVICES TO THE COUNTY (10 Total Points Available) In this criterion, include but not limited to: • Provide the completed Exhibit A Fee Schedule which includes Part A: Medical Director Services Annual cost and Part B: Unit Price for the Testing Types. • All lines must be completed, or Vendor may be deemed non-responsive. The Costs to the County will be scored using the following methodology: 1. The greatest number of points allowed in this criterion will be awarded to the Vendor who has the lowest Total Cost. 2. The next lowest Total Cost will be divided by the lowest Total Cost which will then be multiplied by the maximum criteria points to determine the Vendor’s points awarded. The points awarded will be rounded to the nearest whole amount. 3. Each subsequent Vendor’s point score will be calculated in the same manner. For illustrative purposes only: Vendor Name Annual Revenue Points Awarded Vendor ABC $135,000.00 20 Vendor DEF $110,000.00 16 Vendor GHI $100,000.00 15 • Initial pricing is for evaluation purposes and is subject to change during negotiations with the selected Vendor. EVALUATION CRITERIA NO. 9: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the Vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to proposal submission to do business within Collier County, and that identifies the business with a permanen t physical business address located within the limits of Collier or Lee County from which the Vendor’s staff operates and performs business in an area zoned for the conduct of such business. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 4475 of 5261 Selection Committee Final Ranking Sheet RPS #: 25-8407 Title: CC Medical Director Services, Employment Physicals & Drug Testing Name of Firm Sabas Figueroa Greily Gonzalez Andrew Kelly Amy Lyberg Patricia Mill Total Selection Committee Final Rank Advance Medical of Naples, LLC 1 1 1 1 1 5 1.0000 Medical Risk Solutions, LLC dba My Health Onsite 2 2 2 2 2 10 2.0000 Procurement Professional Olivia Puga Date 10/16/2025 Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and call out the final rank order. Page 1 of 1 Page 4476 of 5261