Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
PUBLIC HEALTH TRUST BOARD OF TRUSTEES
ONE-DAY COMMITTEE MEETINGS AGENDAS
Wednesday, January 15, 2014 9:00 a.m.
Jackson Memorial Hospital West Wing Board Room 1611 N. W. 12th Avenue Miami, Florida 33136
PUBLIC HEALTH TRUST BOARD OF TRUSTEES
ONE-DAY COMMITTEE MEETINGS SCHEDULE
Wednesday, January 15, 2014 9:00 a.m. to adjournment
Jackson Memorial Hospital West Wing Board Room 1611 N. W. 12th Avenue Miami, Florida 33136
The Joint Conference and Efficiencies Committee meeting is scheduled from 9:00 a.m. to adjournment. The Purchasing and Facilities Subcommittee meeting will follow the Joint Conference and Efficiencies Committee meeting, which will then be followed by the monthly scheduled standing committee meetings. The meetings will be held in the West Wing Board Room. A Special PHT Board of Trustees meeting is scheduled to follow the Strategy and Growth Committee meeting in the West Wing Board Room.
Standing Committees Time Joint Conference and Efficiencies Committee 9:00 a.m. to adjournment
Subcommittee Purchasing and Facilities Subcommittee Following the Joint Conference and Efficiencies Committee meeting
Standing Committees Fiscal Committee Following the Purchasing and Facilities Subcommittee meeting Strategy and Growth Committee Following the Fiscal Committee meeting PHT Board of Trustees Meeting Special PHT Board of Trustees Following the Strategy and Growth
Committee meeting January 09, 2014
JOINT CONFERENCE AND EFFICIENCIES COMMITTEE
AGENDA
January 15, 2014
Page 1 of 2
PUBLIC HEALTH TRUST BOARD OF TRUSTEES
JOINT CONFERENCE AND EFFICIENCES COMMITTEE AGENDA
Wednesday, January 15, 2014 9:00 a.m. to Adjournment
Jackson Memorial Hospital
West Wing Board Room
Joint Conference & Efficiencies Committee Marcos J. Lapciuc, Chairperson Irene Lipof, Vice Chairperson Joe Arriola Michael Bileca Mojdeh L. Khaghan Darryl K. Sharpton
Public Health Trust Rules Any person making impertinent or slanderous remarks or who becomes boisterous while addressing the committee, shall be barred from further audience before the committee, unless permission to continue or again address the committee be granted by the Chairperson. No clapping, applauding, heckling or verbal outbursts in support or opposition to a speaker or his or her remarks shall be permitted. No signs or placards shall be allowed in the Board Room. Persons exiting the Board Room shall do so quietly. The use of cell phones in the Board Room is not permitted. Ringers must be set to silent mode to avoid disruption of proceedings. Individuals, including those seated around the board table, must exit the Board Room to answer incoming cell phone calls. 1. Meeting Call To Order
(a) Previous committee meeting minutes (December 12, 2013)
Motion to approve the previous committee meeting minutes Irene Lipof, Vice Chairperson
Page 2 of 2
JOINT CONFERENCE AND EFFICIENCES COMMITTEE AGENDA – January 15, 2014
2. Reports
(a) Chief Medical Officer
Presented by Peter Paige, M.D., Senior Vice President and Chief Medical Officer (b) Executive Medical Committee of the Medical Staff
Presented by Joshua Lenchus, DO, RPh, FACP, SFHM, President, Executive Medical Committee of the Medical Staff
(c) Credentials Committee Activity – January 2014
Presented by Joshua Lenchus, DO, RPh, FACP, SFHM, President, Executive Medical Committee of the Medical Staff
Motion to accept the Credentials Committee Activity report with a favorable recommendation to the PHT Board of Trustees
Irene Lipof, Vice Chairperson
(d) Jackson South Community Hospital Quality Report
Presented by Jay Miranda, Chief Administrative Officer, Jackson South Community Hospital
(e) Length of Stay Update Presented by Patricia Kelly, Corporate Director, Clinical Resource Management Department
3. Adjournment
1. Meeting Call To Order
Page 1 of 4
JOINT CONFERENCE AND EFFICIENCIES COMMITTEE MEETING MINUTES
Thursday, December 12, 2013 9:00 a.m. to Adjournment
Jackson Memorial Hospital
West Wing Board Room First Floor
1611 N. W. 12th Avenue Miami, FL 33136
Joint Conference and Efficiencies Committee Marcos J. Lapciuc, Chairperson Irene Lipof, Vice Chairperson Joe Arriola Michael Bileca Mojdeh L. Khaghan Darryl K. Sharpton
____________________________________________________________________________________________________________ Members Present: Irene Lipof, Vice Chairperson, Joe Arriola, Mojdeh L. Khaghan and Darryl K, Sharpton Member(s) Excused: Marcos J. Lapciuc and Michael Bileca In addition to the Board of Trustees, the following staff members, University of Miami Health System representative and Assistant Miami-Dade County Attorneys were present: Carlos A. Migoya, Don S. Steigman, Michael Butler. M.D., Joshua Lenchus, D.O., Mark T. Knight, Peter Paige, M.D., Kevin Andrews, Isis Zambrana, Andre Reid, Maggie Perez-Dickens, Paul Marineau, Marian O’Rourke, Rodrigo Vianna, M.D., and Steven Falcone, representative, University of Miami Health System and Eugene Shy, Jr. and Valda Christian, Assistant Miami-Dade County Attorneys ____________________________________________________________________________________________________________ 1. Meeting Call to Order Darryl K. Sharpton, Chairperson, PHT Board of Trustees at 9:15 a.m. (No quorum) 2. Reports
(a) Chief Medical Officer
Peter Paige, M.D., Senior Vice President and Chief Medical Officer had no report to present. Dr. Paige recognized the number of great people who work at the institution and participate in many of the programs and quality and safety efforts.
A quorum was reached at 9:20 a.m. The gavel was passed to Irene Lipof, Vice Chairperson, Joint Conference and Efficiencies Committee, who proceeded to conduct the remainder of the meeting.
Page 2 of 4
JOINT CONFERENCE AND EFFICIENCIES COMMITTEE MEETING MINUTES – December 12, 2013
(a) Executive Medical Committee of the Medical Staff
Joshua Lenchus, D.O., RPh, FACP, SFHM, President, Executive Medical Committee of the Medical Staff reported update information regarding the December 2013 meeting and credentialing activity associated with the Executive Medical Committee of the Medical Staff including preparation for the Joint Commission visit, and implementation process of multidisciplinary rounding. Dr. Lenchus also reported information regarding a vote on a repeal having to do with Medicare payments for physicians by the U.S. Senate and House Budget Committees and information related to the elimination of Medicaid DSH cuts in fiscal year 2014 and delay in additional DSH cuts in fiscal year 2015 as well as proposed cuts that are predicted for the coming years.
(b) Credentials Committee Activity Report Dr. Lenchus presented the Credentials Committee Activity Report for the month of December 2013 with the following correction: Page 1, Berryer, Yvanne, M.D., was deferred and recommended to be removed from the report pending further review. Further highlights of the report were presented with no significant issues and the Committee agreed to move forward to accept the Credentials Committee report as presented. Motion to accept the Credentials Committee Activity Report for the month of December 2013 as corrected.
Irene Lipof, Vice Chairperson
Mojdeh L. Khaghan moved to accept the Credentials Committee Activity Report as corrected; seconded by Joe Arriola, and carried without dissent.
1. Meeting Call to Order cont… (Quorum was reached)
(a) Previous committee meeting minutes (November 14, 2013)
Motion to approve the previous committee meeting minutes Irene Lipof, Vice Chairperson
Darryl K. Sharpton moved approval; seconded by Mojdeh L. Khaghan,
and carried without dissent.
2. Reports cont…
(d) JMH Health Plan Quality Improvement Committee For informational purposes Paul Marineau, Executive Director, Division of Managed Care and JMH Health Plan (Health Plan) presented an Executive Summary of the JMH Health Plan 2013 Provider Satisfaction Survey. The 2013 Provider Satisfaction Survey was completed as a requirement for the Health Plan’s continuing accreditation by the Accreditation Association for Ambulatory Health Care (AAAHC). As a result of the survey the Health Plan received accreditation approval for the next three (3) years.
Page 3 of 4
JOINT CONFERENCE AND EFFICIENCIES COMMITTEE MEETING MINUTES – December 12, 2013
(f) Quality Year End Review Isis Zambrana, Corporate Director, Quality and Patient Safety Division shared an overview of the work that has been done over the year and how it tied back to the CMS value-based purchasing program. Highlights of the overview included value over volume, statements for outcome, and industry innovation which included a snapshot of financial impact for performance, review of the framework for the value-based purchasing program indicators and program indicators identified for improvement (Clinical Process of Care, Patient Experience of Care, Outcome Measures and Efficiency Measures), continue to focus on other clinical process of care and efficiencies, review of CMS requirements, and review of Jackson Health System (JHS) CMS value-based purchasing program goals. Ms. Zambrana pointed out that JHS has had significant improvement in several areas and remain confident that JHS is headed in the right direction, and achieve the targeted goals not only as it relate to care but patient experience. Ms. Zambrana thanked the Committee for their continued support. Ms. Khaghan congratulated Ms. Zambrana and the Quality and Patient Safety Team for their efforts, presentation of the goals as well as the improvements that have already been achieved. Mr. Sharpton questioned if the Quality Strategic Plan on schedule and have the necessary resources been identified to achieve the strategies. Ms. Zambrana stated that a meeting has been scheduled to finalize the Quality Strategic Plan and present to the PHT Board of Trustees. She further stated that there is excitement around presenting a plan in the near future that will include the resources needed at every JHS site to be able to drill down and maintain performance. Mr. Sharpton encouraged Ms. Lipof to schedule a closed session of the Joint Conference and Efficiencies Committee to review the Quality Strategic Plan for the purpose of better understanding the content of the Plan.
(e) Transplant Quality Maggie Perez-Dickens, Administrative Director, Miami Transplant Institute introduced Rodrigo Vianna, M.D., who was named Director of Transplant Services and Chief of Liver and Gastrointestinal Transplant at the Miami Transplant Institute, a collaborative program between by the University of Miami Miller School of Medicine and Jackson Memorial Hospital.
Marian O’Rourke, Associate Director, Quality, Compliance and Outcomes Management Department presented an overview of the Transplant Quality Program which included calendar year 2012 volumes and measures, statistics and measures, volume trends, award recognitions, transplant Federal Regulations, quality assurance initiatives and overview of quality indicators and metrics. As part of the overview, Ms. O’Rourke reviewed the reporting structure of the Transplant Quality Program throughout the institution.
Ms. Khaghan questioned if live liver donor transplants being performed.
Due to the Transplant Program rate, Dr. Vianna stated that a liver transplant wait is no more than three (3) months. Due to the changes and ongoing improvements and transplant rate the Transplant Program do not necessarily have to provide a live liver transplant for a liver transplant recipient. In a continued support of the Transplant Program, Don S. Steigman, Executive Vice President and Chief Operating Officer, stated that over the last year Jackson Medical Towers (JMT) building which houses the Transplant Program was upgraded, ongoing plans are in place to re-do the clinical side of JMT, the 14th and15th floor of JMT which is the hospital side of the building is under construction and exclusively being re-done and is anticipated to be completed during the first quarter of year 2014. Mr. Steigman stated that in a closed session of the Joint Conference and Efficiencies Committee will be discussed longer term plans for the Transplant Program. Mr. Migoya also spoke about Jackson Memorial Hospital continued support of the Transplant Program particularly as it relates to improved leadership and oversight, appointment of experienced multi-organ transplant physicians, volume improvements in year 2013 from the previous year, outcome improvements, and initiatives for how the Program will move forward in the future.
Page 4 of 4
JOINT CONFERENCE AND EFFICIENCIES COMMITTEE MEETING MINUTES – December 12, 2013
(g) Length of Stay Update Kevin Andrews, Vice President, Quality and Patient Safety Division reported that over the last 45 to 60 days much work has been done regarding Length of Stay (LOS), processes have been put into place, collaborative efforts continue between nursing/case managers/physicians/support departments, and reorganization to create accountability across JHS. Several meetings over the course of the past week were held to review strategies, a template was created for a scorecard, monthly meetings will be scheduled to review discharge times/acute LOS/Medicare LOS/case mix/initial and concurrent admissions, implemented a multidisciplinary round, created the To Midnight Rule, and focus on denials in conjunction with revenue cycle. Mr. Andrews stated that information will be constructed to a daily scorecard to be able to report information in a real time manner and act on issues that may occur in a faster way. Mr. Andrews pointed out that LOS is critical for JHS to be able to focus on and drive to meet the LOS geometrics. With the elimination of Social Workers, Ms. Lipof questioned what other steps are being done to further reduce LOS. Mr. Andrews stated that he along with the appropriate staff will develop a physician scorecard and begin to work with the Medical Staff on timely throughput with patients, as well as focus more on utilization, and cost accounting system to be able to better review utilization and delays in care. He stated that further reducing LOS is a systemic process and aligning everyone within JHS will improve LOS. With regards to further reducing LOS, Mr. Migoya pointed out that over the last 30 to 45 days a multi-disciplinary approach consisted of Mr. Andrews and Dr. Paige working together with JHS Chief Administrative Officer’s, case managers, nurses, physicians and other various staff members to identify what the issues are related to further reducing LOS. A process has been put in place to identify the issues and assure that the necessary processes are in place including conducting facility and department monthly reviews to further reduce LOS. Mr. Migoya stated that the Committee will be provided with monthly updates as the process moves forward to further reduce LOS.
(h) Nursing Executive Council Mr. Steigman stated that a structure is in place for clinical governance of nursing throughout JHS known as the Nursing Executive Council. The Council is made up of the Chief Nursing Officers of JHS facilities and is responsible for reviewing the educational and clinical aspects, common goals among nurses and nursing services within JHS. The Council is scheduled to meet on a monthly basis. Mr. Steigman introduced Deborah Teddar, Chief Nursing Officer, Jackson Health System who was named Chairperson of the Nursing Executive Council. The Chairperson of the Council is named annually by JHS Chief Executive Officer.
3. Adjournment Irene Lipof, Vice Chairperson at 10:13 a.m.
Meeting Minutes Prepared by Ivenette Cobb-Black Executive Assistant Public Health Trust Board of Trustees
2. Reports
2 (a) Chief Medical Officer
2 (b) Executive Medical Committee of the Medical Staff
2 (c) Credentials Committee Activity – January 2014
2 (d) Jackson South Community Hospital Quality Report
2 (e) Length of Stay Update
3. Adjournment
PURCHASING AND FACILITIES SUBCOMMITTEE
AGENDA
January 15, 2014
Page 1 of 2
PUBLIC HEALTH TRUST BOARD OF TRUSTEES
PURCHASING AND FACILITIES SUBCOMMITTEE AGENDA
Wednesday, January 15, 2014 Following the Joint Conference and Efficiencies Committee Meeting
Jackson Memorial Hospital
West Wing Board Room
Purchasing and Facilities Subcommittee Marcos J. Lapciuc, Chairperson Joe Arriola, Vice Chairperson Michael Bileca Mojdeh L. Khaghan
1. Meeting Call To Order
(a) Previous subcommittee meeting minutes (December 12, 2013)
Motion to approve the previous subcommittee meeting minutes Joe Arriola, Vice Chairperson
2. Reports
(a) Purchasing
(1) Purchasing Report as of January 2014
Presented by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division
(2) Competitive Contracts Awarded or Renewed Over the Chief Procurement Officer
Authority as of December 2013
Presented by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division
(3) Non-Competitive Contracts Awarded or Renewed Under $250,000 and
Modifications Allowed Under Chief Procurement Officer Authority as of December 2013
Presented by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division
PURCHASING AND FACILITIES SUBCOMMITTEE AGENDA – January 15, 2014
(4) Key Performance Indicators (KPI) for Procurement
(1) Monthly KPI (2) Procurement KPI Report Card (January 2013 to December 2013)
Presented by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division
(5) Direct Payments as of December 2013
Presented by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division
(6) Vendor and Contract Performance Monitoring Report
(1) Co ntra c t Ev a lua t ion Per fo r ma nce Su mma ry (2) Summary of Evaluations Received
(b) Facilities
(1) Construction Projects Update as of January 2014
Presented by David Clark, Director, Capital Projects and Madeline Valdes, corporate Director, Property Management
3. Resolutions Recommended To Be Forwarded To The Fiscal Committee
(a) Resolution authorizing and approving award of bids and proposals, waiver of bids, and other
purchasing actions for January 2014, in accordance with the Public Health Trust’s Procurement Policy, Resolution No. PHT 10/12-078
Sponsored by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division, Jackson Health System
Motion to accept the resolution with a favorable recommendation to the Fiscal Committee
Joe Arriola, Vice Chairperson
(b) Resolution authorizing the President or his designee to be granted authorization to increase
the project budget authorized under Resolution No. PHT 11/12-088 in the amount of One Hundred Seventy Thousand Dollars ($170,000.00) for the design, permitting, and construction of a new Level II Trauma Center at Jackson North Medical Center for a total budget amount of One Million One Hundred Seventy Thousand Dollars ($1,170,000) from the Capital Contributions budget for fiscal years 2013-2014
Sponsored by Madeline Valdes, Corporate Director, Property Management Division, Jackson Health System
4. Adjournment
1. Meeting Call To Order
Page 1 of 3
PURCHASING AND FACILITIES SUBCOMMITTEE MEETING MINUTES
Thursday, December 12, 2013 Followed the Audit and Compliance Subcommittee Meeting
Jackson Memorial Hospital
West Wing Board Room First Floor
1611 N. W. 12th Avenue Miami, FL 33136
Purchasing and Facilities Subcommittee Marcos J. Lapciuc, Chairperson
Joe Arriola, Vice Chairperson Michael Bileca Mojdeh L. Khaghan
____________________________________________________________________________________________________________ Members Present: Marcos J. Lapciuc, Chairperson, Joe Arriola, Vice Chairperson, and Mojdeh L. Khaghan Member(s) Excused: Michael Bileca PHT Board of Trustees Present: Irene Lipof and Darryl K. Sharpton In addition to the Board of Trustees, the following staff members, University of Miami Health System representative and Assistant Miami-Dade County Attorneys were present: Carlos A. Migoya, Mark T. Knight, Don S. Steigman, Rosa Costanzo, Madeline Valdes, David Clark, and Steven Falcone, M.D., University of Miami Health System, and Jeffrey Poppel and Eugene Shy, Jr., Assistant Miami-Dade County Attorneys ____________________________________________________________________________________________________________
1. Meeting Call to Order Marcos J. Lapciuc, Chairperson at 10:42 a.m.
2. Reports (a) Purchasing
(1) Review of the Purchasing Report as of December 2013
Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division presented the following item listed in the Purchasing Report as of December 2013. A detailed copy of the report was included with the agenda. Ms. Costanzo stated that the item listed in the Purchasing Report was fully vetted and the due diligence process was completed by the Procurement Department staff.
1. (606284-MAM) The Miami Transplant Institute requests approval to increase the funding for the Florida Jet
Services, Inc. contract (ongoing purchase).
Florida Jet Services $600,000 (for six months)
Total Approved Funding: $600,000
With regards to the vendor, Mr. Migoya stated for the record that he and the owner of Florida Jet Services are friends and who has been doing business with Jackson Health System prior to him becoming President and Chief Executive Officer and he has never been involved in any activities or actions related to Florida Jet services.
Page 2 of 3
PURCHASING AND FACILITIES SUBCOMMITTEE MEETING MINUTES – December 12, 2013
(2) Competitive Contracts Awarded or Renewed Over the Chief Procurement Officer Authority as of November 2013
Ms. Costanzo pointed out that the vendor Med One Capital/Omnicell has a 5-year contract in the amount of $6.5 million for the Legacy System that is fully integrated with other systems within Jackson Health System.
(3) Non-Competitive Contracts Awarded or Renewed Under $250,000 and Modifications Allowed
Under Chief Procurement Officer Authority as of November 2013 No verbal report.
(4) Key Performance Indicators (KPI) for Procurement
(1) Monthly KPI (2) Procurement KPI Report Card (November 2012 to October 2013)
With regards to KPI, Ms. Costanzo reported that efforts continue to improve the KPI process, the average cycle time is 17 days and in collaboration with Jackson Health System departments (not including MedAssets) the estimated savings for the last 12-months is $19.7 million.
(5) Direct Payments as of November 2013 No verbal report.
There was no significant information to report regarding agenda items 2 (a) (3) and 2 (a) (5). Highlights of the written reports were included with the agenda.
3. Resolution Recommended To Be Approved
(a) Resolution authorizing and approving award of bids and proposals, waiver of bids and other purchasing
actions for December 2013, in accordance with the Public Health Trust’s Procurement Policy, Resolution No. PHT 10/12-078
Sponsored by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division, Jackson Health System
Motion to forward the resolution to the Fiscal Committee with a favorable recommendation Marcos J. Lapciuc, Chairperson
Darryl K. Sharpton moved to forward the December 2013 Purchasing Report to the Fiscal Committee with a favorable recommendation; seconded by Joe Arriola, and carried without dissent.
Page 3 of 3
PURCHASING AND FACILITIES SUBCOMMITTEE MEETING MINUTES – December 12, 2013
2. Reports cont…
(b) Facilities Madeline Valdes, Corporate Director, Property Management Department and David Clark, Director, Capital Projects Department presented update information regarding some of the campus-wide major projects that are ongoing including modernization projects, color board presentation describing how some of the projects will look as well as a snapshot of a few of the projects that are currently in the works. In preparation for future projects there has been a cleanup of all pending construction projects. Mr. Clark spoke about construction projects from the previous fiscal year and what is ongoing and on schedule for completion in fiscal year 2014. Fiscal year 2013 nineteen (19) projects were completed totaling approximately $129 million; currently managing sixty-seven (67) funded construction projects for fiscal year 2014 including a temporary Helipad for the Ryder Trauma Center, campus-wide roof project, East Tower 3-B, and modernization of West Wing 14 and 15 floors. Ms. Steigman requested that Mr. Clark explain the modernization differences between West Wing 14th and 15th floors. Mr. Clark explained that the modernization difference as it relates to West Wing 15th floor is the additional high end finishes, functional changes to accommodate transplant patients who will require physical therapy care, electrical upgrades throughout the entire floor, and mechanical changes to make the location environmental friendly. The 14th floor main focus is cosmetic upgrades. Mr. Migoya questioned when East Tower 3-B Construction Project will be completed. Mr. Clark stated that the East Tower 3-B Construction Project will be completed in March 2014. Also, West Wing 15th floor will be completed in April 2014 and West Wing 14th floor will be completed in February 2014. With regards to the Construction Projects and for tracking, reviewing project budgets and costs, Mr. Lapciuc requested that the Construction Projects Report is included as part of the subcommittee monthly reports. Mark Knight, Executive Vice President and Chief Financial Officer reminded the Subcommittee that on a monthly basis the Financial and Budget Tracking Status Report is presented at the Fiscal Committee meeting. Ms. Khaghan requested that at the next Subcommittee meeting update information be shared regarding the Jackson Medical Towers Renovation Project.
1. Meeting Call to Order cont…
(a) Previous subcommittee meeting minutes (November 14, 2013)
Motion to approve the previous subcommittee meeting minutes Marcos J. Lapciuc, Chairperson Joe Arriola moved approval; seconded by Mojdeh L. Khaghan,
and carried without dissent.
Adjournment Marcos J. Lapciuc, Chairperson 10:54 a.m. Meeting Minutes Prepared by Ivenette Cobb-Black Executive Assistant Public Health Trust Board of Trustees
2. Reports
2 (a) Purchasing
PUBLIC HEALTH TRUST BOARD OF TRUSTEES
PURCHASING REPORT
January 15, 2014 TO: PUBLIC HEALTH TRUST BOARD OF TRUSTEES FROM: PROCUREMENT MANAGEMENT DEPARTMENT The following recommendations are made in accordance with the Trust’s “Procurement Policy” and it’s implementing “Procurement Regulation.” This report includes competitively solicited contract awards over $3,000,000, waivers of formal competition over $250,000 and other categories for Board approval as prescribed by the Procurement Regulation. The entire report has been screened and assembled by the Procurement Management Department with the direct participation of the Director and staff, all subject to review by the Chief Procurement Officer, consultation with the Executive Staff and the President, and reviewed for legal sufficiency by the County Attorney’s Office. SECTION I. AWARDS UNDER INVITATIONS TO BID (ITB’s) This section consists of awards under competitively solicited Invitations to Bid (ITB’s) over $3,000,000. No items to report. SECTION II. AWARDS UNDER REQUESTS FOR PROPOSALS (RFP’s) This section consists of awards under competitively solicited Requests for Proposals (RFP’s) over $3,000,000. No items to report. SECTION III. AWARDS UNDER THE COMPETITIVELY SOLICITED CONTRACTS OF OTHER PUBLIC PROCUREMENT ENTITIES This section consists of awards over $3,000,000 under competitively solicited (“ITB,” “RFP” or equivalent) contracts of other public and nonprofit entities. No items to report.
SECTION IV. AWARDS UNDER GROUP PURCHASING ORGANIZATION (“GPO”) CONTRACTS This section consists of awards over $3,000,000 under Group Purchasing Organization (“GPO”) contracts. GPOs are organizations that aggregate the SECTION IV (cont’d.) purchasing volume of their members consisting of hospitals and other health care providers to leverage discounts with manufacturers, distributors and other vendors to realize administrative savings and efficiencies. The Trust’s GPO is MedAssets. No items to report. SECTION V. AWARDS UNDER A WAIVER OF FORMAL COMPETITION
This section consists of awards over $250,000 without the formal solicitation of competitive bids or proposals. All award recommendations in this section have the approval of the President, are based on a finding that the waiver of competitive bidding is in the best interests of the Public Health Trust, and require a two-thirds affirmative vote of the Trustees present for approval. A. Sole Source
No items to report. B. Physician’s Preference Staff requests a waiver of formal competition for the contract items listed in this category because a physician and clinician have requested the particular item without which the physician and clinician cannot successfully and safely render patient care. 1. (CA-9005191-EH) The Perioperative Services Department is requesting the acquisition of a Leica Microscope, Light Operating M525 OH4 400W FL with 3D System to be utilized for neurosurgeries. Leica Microsystems, Inc. / DB Surgical, Inc.: One time purchase: $318,036 Total approved funding: $318,036
Background The Leica Surgical OH4TV Microscope System will replace the existing twenty-year old OHS Microscope as well as enhance the utilization of the functioning OH4 400W presently being used for visualization, location, placement and navigation during neurosurgeries. The proposed Leica OH4TV system possesses brilliant Swiss optics, deeper focus, brighter light and the longest working distance available. It incorporates a beneficial teaching tool which allows fellows, residents and nurses to have a 3D view of the main surgeon operating through a viewing system. It records the procedure in 3D, which has become the standard in case presentations at conferences. The OH4TV provides the most overhead room and the longest reach of any surgical microscope on the market today, allowing it to be conveniently located behind the surgeon in a unique overhead position, or easily positioned anywhere around or across the operating table. With this additional tool, JMH will also be able to provide a new dimension in surgical education, as three-dimensional visualization of anatomical structures improves understanding of complex cases and increases knowledge retention. JMH surgeons will be able to quickly & easily edit their surgeries with built-in “TrueEdit” software and then present their work in 3D at conferences. This capability will enhance the caliber of JMH’s teaching program. Patients can benefit from “Integrated 3D”, because 3D inside the scope means no extra cart, no external cables and no interruption in workflow. The compact integrated 3D system saves space in the OR and all functions are seamlessly integrated into the microscope hand controls to be operated by the surgeon through the sterile drape. ECRI confirmed that the Leica system is the only one on the market today with the 3D option, and the Leica Smart 3D is presently the only software-based 3D platform that will allow for easy upgrades. Upgrading the system with surgical guidance applications is an opportunity moving forward with additional investment and would provide significant savings in the future. Recommendation The Perioperative Department has determined that it would be in the best interest of the Trust to secure the additional system from Leica and maintain the same standard throughout. Adding this product would eliminate the need for surgeons to use a subpar microscope. Having this system available would mean a reduction in surgery time and inherent surgery risks. The system will be covered initially by the manufacturer’s one-year warranty, after which it will be added to the existing biomedical maintenance program.
The equipment is being provided to the Trust for $318,036. List price for the equipment is $372,718. The vendor provided a discount in the amount of $37,417 to the Trust, in addition to which Procurement negotiated a reduction of $17,265 based on ECRI’s and MD Buyline’s price analyses recommendation. The total savings provided to the Trust translates to $54,682. A Physician Preference bid waiver justification has been provided and Conflict of Interest declarations signed by Fernando Garcia, Administrator, Perioperative Services, Dr. Barth Green, M.D., Professor and Chairman, Department of Neurological Surgery, and Ian Prichett, Sales Representative, Leica. (A. Contreras).
C. Standardization Items in this category have been established as the Trust standard. No items to report. D. Non-Competitive Cooperative Purchasing This subsection consists of awards under the contracts of other public entities that were not competitively solicited. No items to report. E. Miscellaneous Bid Waiver 2. (607445-PE) The Supply Chain Management Department requests a renewal contract for the continuation of our Radio Frequency Identification (RFID) Asset Tracking system used to track and manage assets in real time throughout Jackson Health System (ongoing purchase). Awarepoint Corporation: $294,428/Yr Total approved funding: $1,472,140 (For five years) Background The Awarepoint solution was originally solicited via a competitive process for research and subsequently approved by the PHT Board as a bid waiver. The system is a patented asset tracking technology developed exclusively for the healthcare industry. The first five-year cost approved in September 2008 was $2,777,924 versus $1,472,140 for a savings of $1,305,789. The solution is used to track and manage equipment inventory throughout the Health System. This product currently includes the full deployment of 15,000 tags with no disruption to patients and hospital staff. The tags are used also to record temperatures in refrigerators, warmers and IT applications. Awarepoint offers the only remote tracking locator system (“RTLS”) in today’s market with a non-invasive deployment technology. The solution is based on the Zigbee wireless technology, based on the IEEE 802.15.4 standard protocol and provides compliance with the Joint Commission, CMS and AHCA requirements. Awarepoint
holds 26 patents associated with the use of Zigbee technology and its application in the healthcare environment. No other provider can legally provide this type of RTLS functionality within Healthcare on a Zigbee platform. This RFID-RTLS is fully maintained by the vendor. The system is also able to track patients and staff as well as monitor hand hygiene. However, the current install is not set up for this today and can be an opportunity moving forward with additional investment. Towards this end, vendor will be providing software for new asset tracking and patient/staff tracking platforms at no additional cost. The RFID Asset Tracking System allows for equipment to be “tagged” and continuously “tracked” in real time using a proprietary network. Equipment movement is actively monitored with the use of a web-based computer, thus reducing the amount of shrinkage. The system is configured to automatically send electronic alarms in the event the particular equipment exits its predefined area of operation. Without the use of this solution, employees would have to invest time in physically searching for equipment by going from building to building and floor by floor. In addition, temperature tracking would need to be manually done on paper. The Biomed Department would have to search for pieces of equipment that require maintenance or are on recall, and staff would continue hoarding equipment, as was the case prior to this tracking solution. Recommendation Based on thorough cost and efficiency evaluation, it has been determined that it would be in the best interest of the Trust to continue at this time with the services of Awarepoint with the proposed significant reduction from original contract price. The costs included in this renewal are for: (1) One dedicated onsite FTE position; (2) locating hardware; (3) software installation (includes end user training); (4) required National Institute of Standards and Technology (NIST) certification and (5) maintenance and support services. According to MDBuyline and ECRI, the vendor has provided very substantial concessions for fair and competitive pricing. The costs for the initial term of this agreement are as follows:
• Recurring service fee $ 1,124,790 • Hardware (tags & sensors) $ 267,750
Sub Total (initial 5 yr. term) $ 1,392,540
• New tag installation $ 79,600 (one-time fee)
Total Costs: $1,472,140/5 yrs. The corresponding Return on Investment (ROI) analysis is very strong, demonstrating benefits with productivity, asset visibility, customer satisfaction, patient safety and regulatory compliance.
The contract can be terminated by the Trust for convenience with a thirty (30) day notice and includes OIG and UAP provisions. Evaluation of the vendor’s performance during the current contract year demonstrates the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is above standard: • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Supply Chain Management Department and Information Technology Department have recommended the continuation of this contracted service. (R. Costanzo/M. Garcia). SECTION VI. OPTIONS-TO-RENEW AND CONTRACT MODIFICATIONS FOR CONTRACTS THAT WERE COMPETITIVELY SOLICITED This section refers to existing contracts that were competitively bid (“ITB” or “RFP”) at their origin and consists of either (a) the exercise of established options to renew or (b) the execution of contract modifications for which the Procurement Policy requires prior Board approval. 3. (625881, 625123, 625126, 626782, 628809, 628813-MAM) The Revenue Cycle Division, requests approval to exercise the first one-year option to renew the competitively awarded Collection Agency Services contracts awarded pursuant to RFP No. 10-5282 (ongoing purchase).
Collection Agencies:
Firstsource Advantage: $6,400,000
(For one year)
Broward Adjustment Services: $1,287,500 (For one year)
SSI Group: $1,200,000 (For one year)
NCO Financial System: $ 87,500 (For one year)
Chapin Revenue Cycle Management $2,800,000 (For one year)
Total Approved Funding: $11,775,000
Background Broward Adjustment Services, Chapin Revenue Cycle Management, Firstsource Advantage (formerly Med Assist), NCO Financial Systems, and the SSI Group were each awarded a contract by the FRB in October of 2010 pursuant to RFP No. 10-5258 for Collection Agency Services. At that time the Board requested that each category be divided between two vendors because of the high volume of work. Additional awards were made by the Board in December 2010 to Broward Adjustment Services, Firstsource Advantage (formerly Med Assist), Anthelio PHNS, MedAssets, NCO Financial Systems, Chapin Revenue Cycle Management and Vaughn Holland Consulting. The initial terms of these agreements are 3-years with effective dates of October 18, 2010 to October 17, 2013 and February 25, 2011 to February 24, 2014, respectively. Each award includes Two Options to Renew (OTRs) of one year each. In October 2013, the contracts awarded in 2010 were extended to coincide with the expiration of those that began in February 2011. Therefore, both sets will expire in February 2014. In addition, the Vaughn Holland Consulting, MedAssets and Anthelio PHNS contracts were terminated and the remaining vendors in those respective categories assumed their duties. The table below demonstrates the breakdown of services and allocation of funding among the Agencies.
Category Description Original Annual Award Amount/Date
Requested Amount
under this OTR
Awarded Vendors
B Low Dollar/High Volume OP Insurance
Account Follow-Up – Award A – M Alpha Accounts.
Cap - $600K/yr Fee – 7.25% Legal – N/A
Awarded: 10/25/2010
$1,000,000/yr Firstsource Advantage
REQ# 625123
B Low Dollar/High Volume OP Insurance
Account Follow-Up – Award N – Z Alpha Accounts.
Cap - $600K/yr Fee – 7.25% Legal – N/A
Awarded: 12/27/2010
$1,000,000/yr
Firstsource Advantage (Previously awarded to Anthelio-
PHNS) REQ# 625123
C Patient Self Pay After Insurance Bad Debt – Commercial and Medicare –
Award A – M Alpha Accounts.
Cap - $1.2M/yr Fee – 6.5% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr Firstsource Advantage
REQ# 625126
C Patient Self Pay After Insurance Bad Debt – Commercial and Medicare –
Award N – Z Alpha Accounts.
Cap - $1.2M/yr Fee – 6.5%
Legal – Not quoted Awarded: 10/25/2010
$1,200,000/yr Broward Adjustment REQ# 625126
Recommendation The Revenue Cycle Division is requesting that the Board approves the first one-year OTR under these contracts and funding to continue the collection services being provided. The requested dollars represent the annually awarded amount in each category.
The original contract was reviewed and approved by the County Attorney’s Office for legal sufficiency and by Risk as to Insurance and Indemnification. The contracts can be terminated for convenience with a sixty (60) day notice and include UAP and OIG provisions.
D Patient Self Pay Bad Debt Collections – Primary Placement – Award A – M
Alpha Accounts.
Cap - $1.2Mk/yr Fee – 9.47% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr Firstsource Advantage
REQ# 625126
D Patient Self Pay Bad Debt Collections – Primary Placement – Award N – Z
Alpha Accounts.
Cap - $1.2Mk/yr Fee – 9.47% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr SSI Group REQ# 626782
F Professional Services Bad Debt –
Award 1-Vendor – Award A – M Alpha Accounts.
Cap - $87.5k/yr Fee – 17.35% Legal – N/A
Awarded: 12/27/2010
$87,500/yr NCO Financial
Systems REQ# 628813
F Professional Services Bad Debt –
Award 1-Vendor – Award N – Z Alpha Accounts.
Cap - $87.5k/yr Fee – 17.35% Legal – N/A
Awarded: 12/27/2010
$87,500/yr Broward Adjustment REQ# 628809
G
-0- Balance Review and Audit Services for Underpayment and Contract
Compliance – Award A – M Alpha Accounts. Specialized Vendor
Required (Audit of payer contract terms)
Cap - $1.4M/yr Fee – 22%>$10k Fee – 29%<$10k
Legal – N/A Awarded: 12/27/2010
$1,400.000/yr Chapin Revenue Cycle
Mgmt. REQ# 625881
G
-0- Balance Review and Audit Services for Underpayment and Contract
Compliance – Award N – Z Alpha Accounts. (Audit of payer contract
terms)
Cap - $1.4M/yr Fee – 22%>$10k Fee – 29%<$10k
Legal – N/A Awarded: 12/27/2010
$1,400.000/yr
Chapin Revenue Cycle
Mgmt. (Previously awarded
to VH Consulting) REQ# 625881
H
Inpatient Insurance accounts greater than 90 Days
– Award A – M Alpha Accounts. (High Balance Insurance
Accounts Follow-up)
Cap - $1.4M/yr Fee – 4.25% Legal – 15%
Awarded: 10/25/2010
$1,000,000/yr Firstsource Advantage
REQ# 625123
H
Inpatient Insurance accounts greater than 90 Days
– Award N – Z Alpha Accounts. (High Balance Insurance
Accounts Follow-up)
Cap - $1.4M/yr Fee – 4.25% Legal – 15%
Awarded: 12/27/2010
$1,000,000/yr
FirstSource Advantage
(Previously awarded to MedAssets) REQ# 625123
In providing an evaluation of each vendor’s performance during the current contract year, the Revenue Cycle Division has reported the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is good: • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Revenue Cycle Division has recommended the continuation of this contracted service. ECRI and MD Buyline do not track these services. (C. Pla). 4. (621489-MAM) The Revenue Cycle Division, requests approval to exercise the second Option to Renew (OTR) of the existing Sykes Enterprises, Inc. contract for “Call Center and Centralized Scheduling” services pursuant to competitively awarded RFP No. 06-5182 (ongoing purchase).
Sykes Enterprises Incorporated:
This request for funding: $13,400,000
Total approved funding: $13,400,000 (For two years) Background In June 2008, the Board approved a competitive contract award in the amount of $5,242,759 to the ICT Group for an initial three-year term, plus three two-year Options to Renew (OTRs) for call center and centralized scheduling services for the Revenue Cycle Division. Then, on February 2, 2010, the ICT Group merged into Sykes Acquisitions, LLC, and Sykes assumed the responsibilities of the ICT Group under this agreement. Subsequently, in May 2010, the Board approved the amount of $8,232,304 to be added to the contract. This was necessitated by increased call volume and new service features under the contract. Based on the information that was available in Jackson’s legacy systems and processes at the time, the initial award projected 215,000 calls per year. However, given the success of the call center service and continuous process improvements, the call volume more than doubled. In FY2013 the total call volume was 985,643. This increase in volume also realized a reduction in the average price per call. Modifications 2 and 3 also added the amount of $846,544
under CPO authority and in January of 2012, the PHT approved $13.4M for the first OTR of two years, which will expire on January 31, 2014.
Recommendation
This request for funding will exercise the second OTR for a two-year period to continue the call center services provided under this contract.
The original contract was reviewed and approved by the County Attorney’s Office for legal sufficiency and by Risk as to insurance and indemnification. This contract can be terminated for convenience with a ninety (90) day notice and includes UAP and OIG provisions. In providing an evaluation of Chapin Revenue Cycle Management’s performance during the current contract year, the Revenue Cycle Division has reported the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is good. • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Revenue Cycle Division has recommended the continuation of this contracted service. ECRI and MD Buyline do not track these services. (C. Pla).
SECTION VII. OPTIONS-TO-RENEW AND CONTRACT MODIFICATIONS FOR CONTRACTS THAT WERE AWARDED UNDER A WAIVER OF FORMAL COMPETITION This section refers to existing contracts that were not competitively bid at their origin and consists of either (a) the exercise of established options-to renew or (b) the execution of contract modifications for which the Procurement Policy requires prior Board approval. All contracts in this section are renewals not previously authorized by the Board have the written approval of the President, are based on a finding that the waiver of full and competitive bidding is in the best interest of the Public Health Trust, and require a two-thirds affirmative vote of the Trustees present for approval. No items to report.
SECTION VIII. MISCELLANEOUS This section consists of procurement actions that require Board approval not included under any other section of the Purchasing Report. No items to report.
Vendor Name DescriptionCost Center & Director/VP
Contract Number Contract Date Contract Value Contract Term Procurement Method UAP
Dell Marketing LP Specified computers to support Cerner training (quantity: 200)
23538Mike Garcia 15542115 12/18/2013 156,809.55$ 1 Year
Medassets Contract # MS02614
Yes
Comfort Tech Remove and replace existing Hot Water Boiler at JNMC
94913Madeline Valdes 4102386 CAPS 12/02/2013 523,532.71$ 1 Year JOC Contract
ITB--08-6060-JE Yes
Comfort Tech Replacement of Cooling Towers and Air Handler Unit (AHU) at JMT and JNMC
94913Madeline Valdes
4102381 CAPS 4102385 CAPS 12/02/2013 782,900.00$ 1 Year ITB-12-10460-SR-A Yes
Entic LLC.Building intelligence technology system advance HVAC analytics, software and maintenance support
98007Alex Contreras 8107979 SERV 12/24/2013 153,000.00$ 1 Year
Piggyback from Grady Memorial Hospital PB-13-11560-CS
Yes
1. "MedAssets" is the Trust's primary "Group Purchasing Organization" (GPO)2. "State Contract" and "Miami-Dade Contract" mean a contract competively awarded by the State or County as a "cooperative contract".3. "US Communities" means a contract competively awarded by the U.S. Communities governmental purchasing alliance as a "cooperative contract".4. "OTR" means "Option to Renew".5. "Contract Value" corresponds to the fixed "Contract Term" that has been awarded or rewarded (not to future OTR's).6. "RFP" means competitive Request for Proposals (or Qualifications) procurement process performed by the JHS Procurement Management Department.7. "ITB" means competitive Invitation to Bid (or Quote) procurement process performed by the JHS Procurement Management Department.8. "UAP" means User Access ProgramE – Exclusion as per UAP program: ie, Federal Grant, etc.Yes – Incorporated into the purchase as either discount on invoice or discount upfrontN/A – No, did not apply to procurement. Either an emergency purchase or contract was executed or extended before UAP was implemented
Monthly Report of Competitive Contracts Awarded or Renewed under the Chief Procurement Officer Authority in Accordance to Procurement RegulationsDecember 2013
For Information Only (Greater than $100K)
Monthly Report of Non-Competitive Contracts Awarded Under 250K and Modifications Allowed Under CPO AuthorityDecember 2013
For Information Only
Vendor DescriptionCost Center & Director/VP
Contract Number Contract Date Contract Value Contract Term Procurement
Method UAP
Biomet Microfixation, LLC Custom implant for JSCH surgical procedure 83701Jay Miranda 2087757 12/23/2013 $15,567.00 One Time Sole Source Yes
Health Careers Network Recruitment Services96214
Maria Huot-Barrientos
8107953 SERV 12/18/2013 $11,700.00 1 Year Bidwaiver Yes
Heartware, Inc. Heartware HVAD Pump Implant 66207Alex Contreras 15542272 EMER 12/18/2013 $103,021.00 One Time
Emergency(Physician
Preference)Yes
Integra Capital equipment: Intracranial Camino monitors for Neuro ICU (quantity: 10)
100Alex Contreras 9100596 CAP 12/16/2013 $204,000.00 One Time
Bidwaiver(Physician
Preference)Yes
Karl Storz Endoscopy America Capital equipment: Endoscopic Video System for Pedi Neuro Surgical
100Steven Burghart 9100601 CAP 12/30/2013 $27,381.00 One Time
Bidwaiver(Physician
Preference)Yes
Parlance Corporation Support Service Agreement for Name Connector system for the Telecommunications department (ongoing)
92820Mike Garcia 8107947 SERV 12/16/2013 $47,880.00 1 Year Bidwaiver Yes
Safe Decisions, LLC Safes for patient rooms in West Wings 15 100Mark Aprigliano 15540751 12/13/2013 $10,315.00 One Time Bidwaiver
(Standardization) Yes
Zoll Lifecor Corporation Life vests for Social Work and Discharge Planning department
71104Kevin Andrews 8107943 SERV 12/16/2013 $249,100.00 1 Year Sole Source Yes
Vendor DescriptionCost Center & Director/VP
Contract Number Contract Date Contract Value Contract Term Procurement
Method UAP
Redwood Software Inc Maintenance agreement for Report 2 Web for the IT department
92826Mike Garcia 8107976 SERV 12/24/2013 $42,000.00 1 Year Legacy System Yes
Note: "Non-competitive" procurement category includes: Sole Source, Physician's Preference, Standardization, Non-Competitive Cooperate Purchasing, and Miscellaneous Bid Waiver.UAP - User Access Program:Exempt – Exclusion as per UAP program: i.e., Federal Grant, etc.Yes – Incorporated into the purchase as either discount on invoice or discount upfrontN/A – No, did not apply to procurement. Either an emergency purchase or contract was executed or extended before UAP was implemented
* Legacy system means a system including, but not limited to computer software, computer hardware, and biomedical equipment that are fully integrated into the daily operations of one or more departments or are considered strategic in nature or are unique to the provider, manufacturer, distributor, and / or provider. The Purchase of support, maintenance, upgrades, and necessary expansions of legacy systems shall not be subject to the requirements of the Procurement Regulation relating to competitive process.
Legacy System*
2 (a) (4) Key Performance Indicators (KPI) for Procurement
Procurement KPI
*Procurement process begins upon receipt of fully completed / approved documents, per Procurement Regulation
I. Purchase Order Activity (Monthly)a)
August September October November December Grand TotalAverage
PO'sAugust September October November December Grand Total
Average Lines
Optiflex & Omnicell Activity:
5,840 5,157 5,528 5,154 5,400 27,079 5,416 100,015 96,734 95,962 89,076 94,717 476,504 95,301
Total Buyers & Omnicell:
8,554 7,602 8,348 7,436 7,945 39,885 7,977 114,557 108,953 109,614 100,674 107,650 541,448 108,290
611 8,281
II. Contracting Activity (Weekly) III. Previous Activity# of
ContractsPending
Documents*Approved Documents
6-Jan-14 170 68 2022-Nov-13 140 78 265-Nov-13 165 65 271-Oct-13 174 64 24
30-Aug-13 172 59 2529-Jul-13 132 76 293-Jul-13 181 65 30
17 112 21 6-Jun-13 172 68 3924 87 21 8-May-13 183 62 3419 101 25 4-Apr-13 155 73 336 128 49 7-Mar-13 129 87 404 119 23 12-Feb-13 140 90 399 31 19 8-Jan-13 110 102 415 271 4 5-Dec-12 128 77 310 0 0 27-Nov-12 135 77 331 210 0 5-Nov-12 104 83 33
Total: 85 Average: 149 75 32
Savings Approximately: $ 16,302,361.82
AdministrativeCapital / Support ServicesClinical Support ServicesHospitals (JNMC/JSCH/Holtz)Information TechnologyLong Term Care / Quality / SafetyOR / Surgery / AnesthesiaPharmacyRevenue Cycle
IV. December 2013 Contracts Completed: 85*Average cycle time for completed projects: 17 days
# of Projects with Approved Documents*: 17# of Projects Pending Procurement Documents: 68
Average # of Weekdays in Process with
Pending Documents
*Approved Documents
# of Contracts in Process
Current Activity as of 01/06/2014
2013 PO's 2013 PO Lines
Monthly Average Number of PO's by FTE for December = Monthly Average Number of PO's Lines by FTE for December =
Average # of Weekdays in Process with
b)
Procurement KPI Report CardJanuary 2013 - December 2013
50
222617
2,940,748$ 35,288,978$
Average Number of Completed Contracts:
Average Savings per Month Approximately: Total Savings Approximately:
• First six months average was• Last six months average was
Average cycle time for completed projects:
0
20
40
Jan2013
Feb2013
Mar2013
Apr2013
May2013
Jun2013
Jul2013
Aug2013
Sep2013
Oct2013
Nov2013
Dec2013
40 38
17 22 26
14 25
16 13 16 17 17
Average cycle time for completed projects Procurement process begins upon receipt of fully completed / approved
documents, per Procurement Regulation
$0M $5M $10M $15M $20M
Jan 2013
Feb 2013
Mar 2013
Apr 2013
May 2013
Jun 2013
Jul 2013
Aug 2013
Sep 2013
Oct 2013
Nov 2013
Dec 2013
$564,578
$653,695
$236,531
$429,108
$722,132
$1,142,833
$776,556
$375,000
$4,095,763
$1,254,625
$8,735,795
$16,302,362
Savings
Key: 30 Days Trendline 2013 FY Trendline was 45 Days 2014 FY Trendline improved to 30 Days
0
50
100
Jan2013
Feb2013
Mar2013
Apr2013
May2013
Jun2013
Jul2013
Aug2013
Sep2013
Oct2013
Nov2013
Dec2013
27 25 34 32 32 52
33
66 78 74
64 85
Completed Contracts
days days
days
Direct Payment as Approved Pursuant to Resolution No. PHT 10/12-078December 2013
Vendor DescriptionCost Code
VP Paid Amount
Allen Norton & Blue, PA Professional services for collective bargaining negotiations
96114Maria Huot-Barrientos
13,758.98$
American Arbitration Association Arbitration Services96316
Maria Huot-Barrientos
975.00$
Ballard Partners, Inc State Lobbying Services99301
Esther Abolila97,916.70$
Broad And Cassel Attorneys Legal Consulting Services99301
Mark Knight20,789.10$
Compliance Concepts, Inc Remotely review 90 Medicaid encounters and document all determinations
99203Diana Salinas
12,000.00$
DGL And Associates Provide feasibility analysis of new on-campus Medical Office Buildings for JSCH
99301Jay Miranda
10,000.00$
E Scan Data Systems, Inc Professional services for Medicaid reporting 90900
Mark Knight35,033.80$
Edgar Consulting Group Consulting and staffing services for JMH Health Plan94420
Paul Marineau / Mark Knight
152,702.50$
Eqiq Inc/Staub Leadership Employee Training Programs96326
Maria Huot-Barrientos
23,565.60$
Gorman Health Group, LLC Compliance certification and training program for JMH Health Plan
99420Paul Marineau /
Mark Knight792.00$
Gresham Smith & Partners Professional services for departmental boundary designation (8 buildings) for Main Campus
99301Mark Knight
4,499.99$
Healthcare Strategies Group Professional Services for accreditation certification of JMH Health Plan
99420Paul Marineau
50,035.00$
Healthcare Transformation, LLCConsulting services for Support Services, Operating Room, Nursing Operations
94003Alex Contreras
175,440.00$
JL Media, Inc Advertisement: Radio Media95714
Matt Pinzur8,197.75$
Kresse And Associates, Inc Court Reporting99301
Mark Knight200.00$
Robert J Greene Consulting services for the Trust’s applications to Department of Health for new trauma centers at JSCH and JNMC
99301Jeff Crudele
1,250.00$
Towers Watson Delaware, Inc Actuarial Services90511
Don Jaffee10,375.00$
2 (a) (6) Vendor and Contract Performance Monitoring Report
Contract Evaluation Performance SummaryJanuary 2014
Key CountAbove Standards
(29%)190
Meets Standards(70%)
455
Below Standards(0.2%)
1
Total Forms: 646Below Standards:
Vendor Name Services Provided Rating
Sentry Data Systems, Inc Below Standard
In September 2013, the Procurement Management Department distributed surveys to members of the JHS Management Leadership Team to measure their satisfaction with contractor performance related to patient care, safety and environment of care on current Agreements.
As part of the survey, department contract custodians were asked to assess the appropriateness, timeliness, safety and overall quality of services provided through contractual agreements.
Six hundred and forty-six contracts were evaluated by the responsible department contract custodian. This represents almost double the amount of contracts reviewed during the previous quarter. Summary of ratings is as follows: 29% were rated 'Above Standards', 70% 'Meets Standards', and 0.2% 'Below Standards' requiring immediate resolution.
Policy Code No. 248B Contract Management Regulation establishes policy and procedures to ensure accountability and consistency in the contract management and compliance process for all Jackson Health System Contracts.
Vendor Performance Monitoring takes place routinely and effectively for every contract to ensure the vendor performs satisfactorily and delivers goods and services as and when required under the contract. During this evaluation period 99.8% of the contracts reviewed were found to be performing satisfactory or better.
Software to maximize use of 340B priced medications
Summary of Evaluations Received by VendorJanuary 2014
1
Co 1000 Co 2000 Co 3000
1099 Pro Inc 3,871.21$ -$ -$ Software and maintenance Meets Standard 1
3M Health Information Systems 1,600,554.59$ -$ 1,250.00$ Coding Application Meets Standard 3
A To Z Statewide Plumbing Inc 31,606.90$ -$ 14,316.12$ Grease/lint trap cleaning service Meets Standard 1
AAA Automated Door Repair Inc 204,919.73$ 3,228.89$ 4,236.00$ Door access controls service and repair Meets Standard 5
Abbott Laboratories Inc 417,663.65$ 6,952.34$ 131,555.34$ Pharmaceuticals Above Standard 1
Abbott Vascular 169,730.00$ 48,069.10$ 60,465.20$ Instruments and reagents for HPV Meets Standard 4
ABC Locksmith 7,759.70$ -$ -$ Medecolock replace and repair service Meets Standard 1
Able Business Services Inc 202,333.05$ 11,215.43$ 2,737.00$ Landscaping Meets Standard 6
AC Electric Motors & Pumps 87,497.47$ -$ 73,863.55$ Motor and pump repairs Meets Standard 2
Accredo Health 450,926.60$ -$ -$ Medication Manufacturer Meets Standard 1
Adienne Sa 127,120.00$ -$ -$ Medication Manufacturer Meets Standard 1
Advanced Driver Rehabilitation 5,001.59$ -$ -$ Driver training rehab service Above Standard 1
Air Compressor Works Inc 14,255.72$ -$ 27,691.32$ Air Condition Service Meets Standard 1
Airgas South Inc 180,401.57$ 9,824.42$ 12,156.65$ Liquid Nitrogen for Cryopreservation of stem cells Meets Standard 5
Akerman Senterfitt And Eidson 121,689.21$ -$ -$ Consultant Services Meets Standard 1
Akorn Inc 154,821.92$ -$ -$ Medication Manufacturer Meets Standard 1
All Power Generators Corp 984.30$ 2,453.24$ 15,877.46$ Generator service Meets Standard 1
Allied Mobile X Ray 80,143.30$ -$ -$ Portable Diagnostic Services (x-ray, ekg) Above Standard 3
Allscripts 167,018.30$ -$ -$ Online referral network service Meets Standard 1
American Society of Hospital Pharmacist -$ -$ -$ Accreditation of residency programs Meets Standard 1
Americas Dust Busters -$ 17,115.19$ 4,484.96$ Provision of floor Mats/mop/cleaning Meets Standard 1
Americorp Financial Llc 102,027.79$ -$ 8,868.59$ Automated deliver of SPD equipment Above Standard 1
Aon Risk Services 2,431,398.81$ -$ -$ Insurance Agent Meets Standard 2
APP Pharmaceuticals -$ -$ -$ Pharmaceuticals Above Standard 1
Aramark Uniform 3,006.64$ -$ -$ Biomedical engineering Meets Standard 16
Arjohuntleigh Inc 382,130.68$ 13,988.48$ 102,986.33$ Wound vac rentals and bed rental Meets Standard 2
Arrowmail Presort Company Inc 11,774.20$ -$ -$ Presorting service for mail Meets Standard 1
Art Resource Inc 21,406.81$ -$ -$ Office Accessories Above Standard 1
Ascent Healthcare Solutions -$ -$ -$ Remanufacturing FDA approved devices Meets Standard 1
Austin Provider Solutions Inc 138,380.75$ -$ -$ HEDIS Record Review Meets Standard 1
Auto Holding Corp 142,390.14$ -$ -$ Vehicle maintenance Meets Standard 2
Automed Technologies Inc 80,943.10$ -$ -$ Maintenance of ACC Robot Meets Standard 1
Avatar International Llc 129,392.62$ -$ -$ Patient satisfaction survey Meets Standard 2
Awarepoint Corporation 261,737.35$ -$ -$ Real time location system & management Above Standard 2
Axiom Group Llc 125,428.11$ -$ -$ Budget Application Meets Standard 1
B Braun Medical Inc 86,202.77$ 855.00$ 10,993.31$ Pharmaceuticals Above Standard 1
Baxter 160,176.82$ -$ -$ Pharmaceuticals Above Standard 1
Baxter Healthcare Corporation 37,384.39$ 10,287.90$ 23,532.63$ Medication Manufacturer Meets Standard 1
Beacon Health Solutions Llc 4,987.50$ -$ -$ Claims & Enrollment Processing Meets Standard 1
Beckman Coulter Inc 90,678.11$ 14,577.99$ 6,453.67$ Reagents and service for coagulation instruments` Above Standard 4
Becton Dickinson 342,918.82$ -$ -$ Instruments and reagent for flow systometry Above Standard 1
Bernhard Communications Inc 18,269.51$ -$ -$ Nurse call maintenance Meets Standard 1
Besam Assa Abloy -$ -$ -$ Door repair maintenance and parts Meets Standard 1
Binding Site Inc 72,223.12$ -$ -$ Reagents for para-protein test Above Standard 1
Bio Rad Laboratories 362,274.04$ 41,122.32$ 1,379.30$ Reagents for blood group antigens Meets Standard 3
Biomerieux Inc 48,230.07$ 526.70$ -$ Instruments and reagents for microbiology Above Standard 2
Blackmaple Group Llc 209,527.07$ -$ -$ Billing service Meets Standard 1
Blue Coast Pools -$ 7,223.73$ 4,234.41$ Pool Service Above Standard 2
Boiler Repair And Service Inc 4,741.37$ -$ 28,716.22$ Boiler repair service Meets Standard 2
Brite Painting And Waterproofi 92,203.02$ 17,106.25$ 21,977.53$ Maintenance, painting Above Standard 2
Brooke Seminars -$ -$ -$ Software and maintenance Meets Standard 1
Broward Adjustment Services 130,347.52$ -$ -$ Self pay BD collections Meets Standard 1
Bryan Corporation 5,074.00$ 1,272.00$ 1,235.00$ Pharmaceuticals Above Standard 1
Capital Inventory 17,722.94$ -$ -$ Conduct annual inventory Meets Standard 1
Card Solutions Corporation (IdentiSys) -$ -$ -$ Medical Records/addressograph supplies Meets Standard 1
Cardinal Health Medical Produc 1,671,161.99$ 286,124.45$ 261,445.64$ Histology laboratory supplies Above Standard 5
Cardinal Health Pharmaceutical 47,805,710.16$ 2,195,500.03$ 3,523,702.86$ Pharmaceuticals/Radiopharmaceuticals Above Standard 8
Carefusion 130,940.50$ 6,338.81$ 13,320.05$ Profusionists ECMO service Meets Standard 1
Carmazzi Global Solutions 473.51$ -$ -$ Transcription service Above Standard 1
Carolina Biological Supply Co 5,791.81$ -$ -$ Medical leeches Meets Standard 1
# formsVendorEstimated Annual Expense
Description Rating
Summary of Evaluations Received by VendorJanuary 2014
2
Co 1000 Co 2000 Co 3000# formsVendor
Estimated Annual ExpenseDescription Rating
CDW Government Inc 455,795.97$ -$ 134.39$ Technology supplies and equipment Meets Standard 1
CE Broker 40,805.17$ -$ -$ License verification Meets Standard 1
Ceilings R Us -$ 16,048.97$ 9,368.51$ Ceiling Repair Meets Standard 1
Center For Pediatric Therapy 130,182.46$ -$ -$ Therapy services, OT, PT, speech Above Standard 1
Central Admixture Pharmacy 1,149,077.84$ 18,799.51$ 177,228.17$ Prepared IV solutions and TPN solutions Above Standard 2
Centralized Clinical Placement System -$ -$ -$ Electronic nursing placement program Meets Standard 1
Century Radiology Pa -$ 566,666.72$ -$ Radiological interpretation service Above Standard 1
Cerner Corporation 8,835,826.64$ -$ -$ Software license and support Meets Standard 3
Chamberlin Edmonds 11,273,964.27$ -$ -$ Medicaid Program Assistance Meets Standard 2
Chapin Revenue Cycle Managemen 2,350,979.25$ -$ -$ Zero balance review and denial service Meets Standard 1
Chem Aqua Inc 93,957.52$ 25,356.66$ 23,479.00$ Cooling tower chemicals Meets Standard 1
Choice Environmental Svcs Of M -$ -$ -$ Waste disposal service Meets Standard 1
Cintas Corporation 4,460.82$ -$ -$ Shredding services Meets Standard 4
Claims Recovery Company Llc 94,647.70$ -$ -$ ERISA Accounts Meets Standard 1
Clarity Medical Systems Inc 70.00$ -$ -$ Technical service agreement Meets Standard 1
Clean Fuels, Inc -$ -$ -$ Diesel fuel for emergency generator Meets Standard 1
College Of American Pathologis 55,799.39$ 17,737.80$ 21,737.00$ Proficiency Testing Above Standard 1
Comcast 106,275.25$ 13,026.84$ 7,470.28$ Cable TV Service Above Standard 3
Comfort Tech 414,956.61$ -$ 18,543.17$ Air Condition Service Meets Standard 2
Communication Access Service I 1,150.00$ -$ 73,043.20$ Communication Service Meets Standard 1
Complete Consulting Services 38,081.25$ -$ -$ Parking Consulting Services Above Standard 1
Compliance 360, Inc 131,807.70$ -$ -$ Application for Contract Management/incidents Meets Standard 1
Comprehensive Care Service Of 2,182,661.20$ 1,583.56$ 19,254.16$ Perfusionist service and supplies Above Standard 2
Containment Technologies Group 8,504.20$ -$ -$ Test/certify containment hoods and glove boxes Meets Standard 1
Corporate Screening Services 140,077.31$ 9,291.52$ 9,104.19$ Background Screening Meets Standard 1
Covidien Lp 421.90$ 13,104.84$ -$ Feeding pump rental Meets Standard 1
Creekridge Capital Llc 34,885.88$ 14,657.91$ -$ Leasing company (Ominicell machine) Meets Standard 1
CRH Consulting Inc 2,867.81$ -$ -$ Sentry software repair and maintenance Meets Standard 1
Cube Care Co 237,532.15$ 1,993.31$ 16,393.43$ Cubical curtains Above Standard 2
Custom Cable Corporation 10,385.87$ -$ -$ Cable service Meets Standard 1
Dade Restaurant Repair Shop In 255,015.63$ 10,663.52$ 55,644.31$ Repair of kitchen equipment Meets Standard 2
Dako North America Inc 42,021.30$ -$ 45,127.87$ Histology laboratory supplies Above Standard 3
Dephinitive Systems Inc 19,039.25$ -$ -$ Automated claim follow up Meets Standard 1
Devlin Consulting Inc 147,019.40$ -$ -$ Consultant Services Meets Standard 1
Diagnostic Hybrids Inc 98,285.71$ -$ -$ Reagents for viral identification Above Standard 1
Diamond Drugs Inc 501,183.92$ -$ -$ Pharmacy service Meets Standard 1
Diamond Healthcare Corporation -$ -$ 2,871,636.13$ Intensive Outpatient Psych Program Mgmt. Meets Standard 1
Douglas Orr Plumbing Inc -$ -$ -$ Plumbing service Meets Standard 1
Dr. Alexander Perez -$ -$ -$ Psychiatric Services Above Standard 1
Dr. Merrick Horn -$ -$ -$ Mobil Poliatry Service Above Standard 1
Dr. Silvia Silva Duluc -$ -$ -$ Psychiatric Services Above Standard 1
DST Health Solutions Inc 608,908.57$ -$ -$ Professional services and software license Meets Standard 2
Dunbar Armored Inc 35,783.39$ -$ -$ Armored truck service Meets Standard 2
Duval Emergency Group Llc -$ -$ 2,566,666.63$ Emergency Services Meets Standard 1
DVA Healthcare Renal Care, Inc -$ -$ 165,195.97$ Hemodialysis Meets Standard 1
Eddi Ann R Freeman Ms And 25,500.03$ 65,690.46$ -$ Speech Therapy Services Meets Standard 2
Edison Advertising Corporation 131,746.72$ -$ 1,955.89$ Promotional items Meets Standard 1
Elekta 102,328.63$ -$ -$ Cancer Registry Meets Standard 2
Elsevier, Inc 3,879.11$ -$ -$ Software and maintenance Meets Standard 1
Emd Millipore Corporation 714.00$ 4,866.60$ 152.56$ Maintenance, supplies for deionized water Meets Standard 1
Emdeon Business Services 40,289.00$ -$ -$ Electronic eligibility and remittance Meets Standard 4
Engineering Systems Technology -$ -$ -$ Engineering services Meets Standard 1
Eqiq Inc/Staub Leadership 61,759.14$ -$ 3,000.00$ Consultant Services Above Standard 1
Equip Fix 15,280.18$ -$ -$ Decontamination and maintenance of equipment Above Standard 1
Esoterix Genetics Laboratories 831.50$ -$ 107,057.42$ Pathology reference lab service Above Standard 1
Espinoza Service & Repair -$ -$ -$ Furniture re-upholstery service Meets Standard 1
Ethicon -$ -$ -$ Energy source for surgical procedures Meets Standard 1
Express Radio Inc 4,254.00$ -$ 4,583.51$ Hand held radio equipment and supplies Meets Standard 1
Express Scripts -$ -$ -$ Pharmacy software Meets Standard 1
Summary of Evaluations Received by VendorJanuary 2014
3
Co 1000 Co 2000 Co 3000# formsVendor
Estimated Annual ExpenseDescription Rating
Federal Express Corp 36,348.20$ 1,824.90$ 869.42$ Courier service Meets Standard 2
Firstsource Financial Solutions -$ -$ -$ Self pay BD collections Meets Standard 2
Fisher Healthcare 201,867.90$ 1,593.85$ 145,960.58$ Hood, lab reagents, supplies Above Standard 4
Fitzgerald And Long Inc 1,130.00$ -$ -$ Software and maintenance Meets Standard 1
Florida Comprehensive Health 23.38$ -$ -$ Membership Agreement Meets Standard 1
Florida Department Of Law Enfo 31,395.00$ -$ -$ Level 2 background screening Meets Standard 2
Florida Dept Of Children And F 2,315.63$ -$ -$ On-site Medicaid Determination Meets Standard 1
Florida Fuel Filtration Inc 13,354.58$ -$ 8,259.72$ Filtration Meets Standard 1
Florida Jet Service Inc 703,325.09$ -$ -$ Air Transportation Above Standard 1
Florida Laundry Systems Inc -$ -$ -$ Uni-washer and dryer repairs Meets Standard 1
Florida Linen Services Llc 5,180,760.57$ -$ -$ Linen and gown service Meets Standard 7
Florida Power Light 7,955,112.70$ 884,575.06$ 862,571.59$ Electrical service provider Meets Standard 1
Florida Roofing Solutions Inc 195,232.07$ -$ 33,083.23$ Roofing repairs Meets Standard 2
Frank Medina And Associates In 79,792.35$ -$ -$ Carpeting Above Standard 1
Freedom Medical Inc 44,477.61$ 248.00$ 118,490.82$ Equipment rental Above Standard 1
Fringe Benefits Management Co 148,763.50$ -$ -$ COBRA, LOA Meets Standard 1
Gamma Surgery Inc -$ 11,050.00$ -$ Gamma knife equipment Meets Standard 1
GE 2,325,700.78$ 561,304.41$ 113,736.88$ Medical supplies, Dynamap, Leasing Company (ominicell machine), MUSE software/Centricity WAN
Meets Standard 4
Glanz Technologies Inc 299.25$ -$ -$ Fire Alarm Services Meets Standard 1
Glaxosmithkline Financial Inc -$ 3,262.02$ -$ Pharmaceuticals Above Standard 1
GLE Associates Inc 18,685.81$ 5,895.62$ -$ Environmental sampling Above Standard 2
Griffin Consulting Group 29,512.79$ -$ -$ Consultant Services Meets Standard 1
GTSI Financial Services -$ -$ -$ Leasing company (RIVA Robot) Meets Standard 1
H D Smith Wholesale Drug Co 74,489.22$ -$ -$ Medication Manufacturer Meets Standard 1
Haber And Sons Plumbing Inc 45,768.65$ 9,057.84$ 1,270.75$ Plumbing services Meets Standard 1
Hammel & Kaplan 351,506.38$ -$ -$ Legal services Meets Standard 1
Hanger Orthopedic Group Inc 249,562.86$ 72,844.07$ 24,672.33$ DME Cabinets Meets Standard 3
Harting Associates Inc 6,750.00$ -$ -$ EAP Software (maintenance & support) Above Standard 1
Hayes 1,197.00$ -$ -$ Internet Services Meets Standard 1
Health Care Logistics Inc 2,792.00$ 9,514.85$ 63.90$ Pharmacy labels and supplies Above Standard 1
Health Careers Network 12,356.45$ 2,284.70$ -$ Advertising for employment Meets Standard 1
Healthcare Appraisers Inc 142,673.36$ -$ -$ Professional Services Meets Standard 1
Healthcare Data Solutions, Llc 263,204.26$ -$ 12,688.28$ Professional Services Meets Standard 1
Helena Laboratories 55,295.05$ -$ -$ Instruments and reagents for Immunology Meets Standard 1
Henry Schein Inc 6,068.62$ -$ -$ Medication Manufacturer Meets Standard 1
Hill Rom Company Inc 133,904.03$ 7,829.88$ 91,534.20$ Respiratory equipment rental Above Standard 3
Hospira Worldwide Inc 295,013.18$ 13,088.87$ 37,446.53$ Pharmaceuticals Above Standard 2
Ideacom Healthcare Communicati 89,505.83$ 16,782.31$ -$ Nurse call system Meets Standard 1
Ikasystems Corporation 1,015,142.92$ -$ -$ Professional services and software license Meets Standard 2
Ikon Copier -$ -$ -$ Copier rental Meets Standard 1
Immucor Inc 26,537.34$ 7,888.51$ 6,659.50$ Special serologic test Meets Standard 2
In Record Time 395,460.31$ -$ -$ Coding Services Meets Standard 1
Inclan Painting & 21,016.25$ -$ 9,775.50$ Painting/paint and supplies Meets Standard 1
Independent Medical Assoc 15,468.30$ -$ -$ Blood bags and administration sets Meets Standard 2
Ingenix Inc 21,939.33$ -$ 179.13$ Medical Records Publication Above Standard 1
Insight Public Sector Inc 938,889.82$ -$ -$ Technology supplies and equipment Meets Standard 1
Insurance Point Llc 6,122,608.05$ -$ -$ Life & disability provider Above Standard 1
Integrated Medical Systems 358,192.96$ 69,940.39$ 41,195.51$ Repair surgical instruments Meets Standard 3
Intelligent Hospital Systems L 184,738.50$ -$ -$ Maintenance of RIVA Robot Meets Standard 1
International Printing Aids 3,606.80$ -$ -$ Maintenance and service for equipment Above Standard 1
Interstate Removal Service Inc -$ -$ 4,260.00$ Removal service Meets Standard 1
Intuitive Surgical 32.80$ 764,812.10$ 36,189.50$ Robotic equipment Meets Standard 1
Iris International Remote Im 154,460.98$ 29,930.23$ 36,772.91$ Instruments, reagents Meets Standard 1
Iron Mountain Off Site Data Pr 3,330,586.91$ -$ -$ Medical Records Storage Meets Standard 4
Ivans Inc 10,409.53$ -$ -$ Software site Meets Standard 1
J&J Ortho Clinical Diagnos 84,700.43$ 15,716.48$ 80,653.95$ Reagents for ABOand Rh blood grouping Meets Standard 3
JA Sexauer 2,265.01$ 5,716.44$ -$ Plumbing service/supplies Meets Standard 1
James P Moran Inc 175,259.65$ -$ 81,492.80$ Electrical Services Meets Standard 2
JC White Office Furniture 586,865.19$ -$ 10,709.21$ Furniture Meets Standard 2
Joerns Healthcare Inc -$ -$ -$ Low riser Healthcare beds, bed repair Above Standard 1
Summary of Evaluations Received by VendorJanuary 2014
4
Co 1000 Co 2000 Co 3000# formsVendor
Estimated Annual ExpenseDescription Rating
Johnson And Johnson 6,463,620.60$ 647,129.58$ 432,589.93$ Reagents, service Meets Standard 1
Johnson Controls Inc 570,916.65$ -$ -$ AC chiller repair Above Standard 3
Johnstone Supply 8,294.01$ -$ -$ Various shop tools/maintenance repair Meets Standard 1
Kar & Larrabee Mechanical 11,679.17$ -$ 3,738.94$ Mechanical service Meets Standard 1
Kem Medical Products Corp 31,762.87$ 4,912.69$ -$ Monitoring service for toxic vapor and gases Above Standard 1
Kerney And Associates Inc 94,863.00$ -$ 68,002.92$ Energy source Meets Standard 1
Kforce Inc -$ -$ -$ Professional Training Meets Standard 1
Kinetic Concepts Inc. -$ -$ -$ VAC machine/wound care management Meets Standard 1
Kls Martin Lp 202,445.60$ 188,220.95$ -$ Oro-maxillofacial instruments Meets Standard 1
Kratos Public Safety Security 657,274.38$ 2,895.19$ -$ Security system integration Meets Standard 2
Kronos -$ -$ -$ Time and attendance Meets Standard 1
Lantheus Medical Imaging Inc 46,275.20$ 10,356.08$ -$ Medication Manufacturer Meets Standard 1
Lawson Software Americas -$ -$ -$ ERP Application Meets Standard 4
Learnsoft Technology Group Inc 79,286.40$ -$ -$ Learning management system Meets Standard 3
Leasing Associates Of Barringt 120,875.37$ 39,643.00$ 33,310.11$ Leasing services for hematology analyzers Meets Standard 1
Lee Construction Group Inc 224,649.73$ -$ -$ Construction/structure repairs Meets Standard 2
Lee Hecht Harrison 6,913.85$ -$ -$ Transitional services Meets Standard 1
Lego Construction Co 373,767.76$ 2,842.12$ 121,971.47$ Construction service Meets Standard 1
Littler Mendelson Pc 18,443.29$ -$ -$ Immigration law firm-Visa sponsorship Meets Standard 1
M And N International Inc 725.52$ -$ -$ Recreation therapy supplies Meets Standard 1
M Dialysis, Inc. -$ -$ -$ Microdialysis/clinical supplies and maintenance Meets Standard 1
Managed Healthcare Associates 719.00$ -$ -$ Consulting pharmacist software Meets Standard 1
Management Health Solutions 166,405.09$ 27,869.84$ 26,605.10$ Inventory Service Meets Standard 1
Maramed Orthopedic Systems 7,715.12$ -$ -$ Orthotic products Meets Standard 1
Masimo Americas Inc 12,905.00$ 1,199.49$ 4,700.00$ Medical Supplies Meets Standard 1
Matheson Tri Gas Inc 390,977.81$ 29,184.23$ 68,057.68$ Bulk liquid oxygen/medical air Above Standard 3
Maxim Staffing, Inc -$ -$ -$ Staffing agency Meets Standard 1
Maxor National Services Corp 2,529,239.49$ -$ -$ Management of Ambulatory Care Pharmacy Above Standard 1
Mckesson Health Solutions 236,266.56$ -$ -$ Software and maintenance Meets Standard 2
MCS Industrial Supply, Co -$ -$ -$ Vacuum pumps/bulbs Meets Standard 1
MCT Express Inc 1,374,766.09$ -$ -$ Ambulance service Meets Standard 1
MDI Achieve 31,562.20$ -$ -$ Software management and support Meets Standard 1
Med One Capital 2,758,332.74$ 296,998.12$ 367,337.07$ Leasing company (Ominicell machine) Meets Standard 2
Med Pass Incorporated 3,286.30$ -$ -$ Physician Order/Treatment Records Forms Above Standard 2
Med Pro Inc -$ -$ -$ Staffing for OT, PT, Speech Therapy Meets Standard 1
Medassets Inc 2,336,073.46$ -$ -$ CDM, Rapid reserves, care price, RI Consulting Meets Standard 3
Medi Dose Inc -$ 3,648.04$ 4,233.36$ Pharmacy supplies/unit dose Above Standard 1
Medical Gas Maintenance & Certification -$ -$ -$ Gas monitoring and hood certification Meets Standard 1
Medical Research Unlimited Llc -$ -$ -$ Consultant Services Above Standard 1
Medline Industries Inc 27,148.71$ 46.72$ 683.08$ Rehabilitation Therapy Supplies Above Standard 1
Medlinks -$ -$ -$ Software Service Agreement Above Standard 1
MedQuist -$ -$ -$ Medical records transcription service Above Standard 1
Medtek Medical Solutions Llc 462,264.71$ 28,593.50$ 212,352.15$ Equipment repair / Medical Supplies/bed rentals Meets Standard 4
Medtronic 5,140,201.07$ 339,290.16$ 576,581.77$ Pacemaker, cardiac catheter supplies Meets Standard 2
Merge Healthcare Inc 73,622.39$ -$ -$ Hardware and software Meets Standard 1
Mge Architects 30,581.32$ -$ -$ Architectural services Meets Standard 1
Miami Parking Authority 1,958,228.98$ -$ -$ Parking management Agreement Above Standard 1
Miami-Dade County Motor Pool -$ -$ -$ Vehicle lease and maintenance Meets Standard 1
Miami-Dade Police -$ -$ -$ On-site police service Meets Standard 1
Micro Key Software Inc 1,061.04$ -$ -$ Intrusion alarm management software Meets Standard 1
Milliman Inc 210,609.89$ -$ -$ Consultant Services Meets Standard 1
Mmodal Services Ltd 2,473,531.62$ 236,015.61$ 44,629.35$ Transcription service Above Standard 3
Mobile Eyecare Associates -$ -$ -$ Eye exams, follow-up care, glasses Meets Standard 1
Mobile Instrument Service -$ -$ 4,446.68$ Instrument repair service Meets Standard 1
Mobile Quality Diagnostic 56,163.05$ -$ -$ Portable Diagnostic Services (x-ray, ekg) Above Standard 1
Modcomp Systems And Solutions 71,118.99$ -$ -$ IT Hardware - Networking Infrastructure Meets Standard 1
Monster Worldwide Inc 9,199.97$ -$ -$ Job Advertising Meets Standard 1
Montiel Davis And Fonte Pa 23,400.00$ -$ -$ Immigration law firm-Visa sponsorship Meets Standard 1
Moore Stephens Lovelace Pa 15,000.00$ -$ -$ Annual Medicaid/Medicare Cost Reports Above Standard 2
Myers Group 37,155.10$ -$ -$ Satisfaction and compliance surveys Meets Standard 1
Summary of Evaluations Received by VendorJanuary 2014
5
Co 1000 Co 2000 Co 3000# formsVendor
Estimated Annual ExpenseDescription Rating
National Committee Quality Assurance -$ -$ -$ Software and maintenance Meets Standard 1
National Technical Information 5,875.00$ -$ -$ Software and maintenance Meets Standard 1
Nat'l Database Nursing Quality Indicators -$ -$ -$ Nursing quality database for nursing Meets Standard 1
Natus Medical Inc 23,220.98$ 1,343.29$ 4,506.28$ Technical support and parts service Above Standard 1
Navarro Distribution Center Inc. -$ -$ -$ Over the counter medication promotions Meets Standard 1
North Beach Radiology 19,596.86$ -$ 1,283,191.80$ Radiology Services Meets Standard 1
Northwest Seventh Day Adventis 11,700.00$ -$ -$ Parking Lot Lease Agreement Above Standard 1
Nowdocs International Inc 4,000.00$ -$ -$ Software and maintenance Meets Standard 1
Oce Printing Sys Usa Inc 147,847.26$ -$ -$ Equipment lease provider print shop Meets Standard 1
Omnicell, Inc 168,303.17$ 29,149.08$ 869.68$ Automated medication dispensing systems Above Standard 2
One Blood Inc. -$ -$ -$ Blood products and special testing Meets Standard 3
Optuminsight fka Ingenix -$ -$ -$ Software and maintenance Meets Standard 1
Orkin Llc 155,972.37$ -$ -$ Pest control service Above Standard 6
Otto Bock, Inc 9,705.51$ -$ -$ Prosthetic and orthotic products Meets Standard 1
Owens And Minor, Inc 40,190,532.54$ 6,206,727.84$ 4,912,790.02$ Medical/cleaning Supplies/bed rentals Meets Standard 15
Patterson Medical Supply, Inc 131,716.81$ 6,972.39$ 10,370.97$ Orthotic products Meets Standard 1
Petnet Solutions, Inc 112,720.20$ -$ -$ Radiopharmaceuticals Meets Standard 1
Pharmedium Services, Llc 152,628.60$ 14,051.23$ 39,189.77$ Pharmaceuticals/IV Solutions Above Standard 2
Philips Healthcare Informatics, Inc (PACS) -$ -$ -$ Hardware and software Above Standard 1
Physicians Health Center 12,449.63$ -$ -$ Decontamination testing and physical exams Meets Standard 1
Pitney Bowes, Inc 143,580.64$ -$ -$ Postage service provider Meets Standard 1
Plusco Supply Corp 219,508.94$ 1,852.36$ 90,936.67$ Plumbing services Meets Standard 1
Pollution Elimination Corp 3,592.90$ -$ -$ Professional Services Meets Standard 2
Poly Scientific R And D Corp -$ 2,672.50$ -$ Reagents, lab instruments Meets Standard 1
Polymedco, Inc 2,208.00$ 1,862.56$ -$ Reagents, lab instruments Meets Standard 1
Precidio Networked Solutions, Inc -$ -$ -$ PB IT Hardware Networking Infrastructure Meets Standard 1
Precision Dynamics Corporation 488.40$ -$ -$ Patient Band/arm ID supplies Above Standard 1
Premier Air Conditioning 119,442.31$ -$ 5,089.09$ Air Condition Service Above Standard 3
Premier Printing Solutions, Inc 291,257.45$ -$ -$ Printing services Meets Standard 1
Pricewaterhousecoopers, Llp 514,237.34$ -$ -$ Coding software tools Meets Standard 1
Pro Care Wms 23,079.31$ -$ -$ Mattress rental Meets Standard 1
Prosys Information Systems 49,298.06$ -$ -$ IT Hardware - Networking Infrastructure Meets Standard 1
PSS World Medical Inc 124,270.46$ -$ -$ Medical supplies Meets Standard 1
Pulmonary Health Network 807,706.24$ -$ -$ Respiratory Staffing Services Meets Standard 1
PWC Smart -$ -$ -$ Interface Software Meets Standard 1
Qiagen Inc 129,554.61$ 55.00$ -$ Reagents for HPV testing/medical supplies Above Standard 2
Quality Design And -$ 27,952.51$ -$ Construction service Above Standard 1
Quantros Inc 820,885.78$ -$ -$ Abstracting Application Meets Standard 3
Quest Diagnostics -$ 70,201.53$ 91,967.10$ Reference Lab testing Meets Standard 5
Quotient Biodiagnostics, Inc 16,777.30$ 120.00$ -$ Reagents antisera for antigen testing Meets Standard 1
Rad Medical Transportation, Inc 326,440.12$ -$ -$ Transportation service Above Standard 1
Random Source, Inc 97,621.38$ 6,403.11$ 10,271.33$ Office supplies/paper Above Standard 12
RASMAS Recall Tool -$ -$ -$ Recall Software tool for medsurge/pharmacy Meets Standard 1
Rauland Borg Corp Of Florida 31,537.07$ -$ -$ Maintenance for Nurse call system Meets Standard 1
Reliable Two Way Communication 280,707.13$ 12,453.84$ 5,128.00$ Security radio communication system Meets Standard 2
Revenue Cycle Compass 611,998.16$ -$ -$ AR Database Management Meets Standard 2
Rex Chemical Corp 45,231.57$ -$ -$ Laundry Cleaning Supplies Meets Standard 1
Ricoh Management Services 1,083,906.42$ -$ -$ Multifunctional Device-Fleet Management Svc. Above Standard 6
RJ Lee Group, Inc 17,178.29$ -$ -$ Wipe sampling for hazardous drugs Meets Standard 1
Roche Diagnostic Corp 1,465,278.44$ 2,738.62$ 179.92$ Instruments and reagents for HIV viral load Above Standard 2
Roys Delivery Service, Inc 69,241.75$ 2,581.32$ 9,881.74$ Courier service Above Standard 6
Saint Johns Company -$ -$ -$ Office supplies/paper Above Standard 1
Sanofi Pasteur, Inc 9,966.45$ -$ -$ Pharmaceuticals Above Standard 1
Sas Institute Inc 14,147.95$ -$ -$ Software and maintenance Meets Standard 1
Scalemen Of Florida, Inc 1,097.24$ -$ -$ Scale maintenance Meets Standard 1
Schindler Elevator Corp 1,275,064.10$ 25,063.24$ -$ Elevator service Meets Standard 2
Sea Coast Fire Inc 83,119.68$ 2,634.71$ 1,164.50$ Fire Equipment Meets Standard 3
Sebia Electrophoresis, Inc 35,154.96$ -$ -$ Instruments and reagents Above Standard 1
Security 101 3,921.31$ -$ -$ Security integration, installation service/repair Meets Standard 1
Sedgwick Claims Management 496,944.20$ -$ -$ Leave Management & FMLA Administration Meets Standard 3
Seico Construction 41,923.58$ 34,274.11$ 57,709.37$ Construction service Above Standard 2
Summary of Evaluations Received by VendorJanuary 2014
6
Co 1000 Co 2000 Co 3000# formsVendor
Estimated Annual ExpenseDescription Rating
Sentry Data Systems, Inc 184,454.25$ -$ -$ Software to maximize use of 340B priced medications Below Standard 1
Sheridan Healthcorp, Inc -$ -$ 2,231,853.60$ Anesthesia Services Meets Standard 1
Sherwin Williams Co 30,132.08$ 1,561.94$ 841.69$ Paint Supplies Meets Standard 1
SHI International Corp 2,121,243.44$ -$ -$ Software- Microsoft Enterprise Enrollment Meets Standard 1
Shiftwise C O Us Bank Corporat 10,860,420.20$ -$ -$ Staffing agency Meets Standard 2
Siemens 1,259,388.45$ 311,043.28$ 78,071.04$ Reagents and service Above Standard 6
Siemens Enterprise, Inc 128,549.40$ 979.20$ -$ Telecommunications services Meets Standard 1
Siemens Industry, Inc 21,132.03$ -$ 7,030.58$ Deionized water for surgical processing Meets Standard 1
Siemens Medical Solutions USA 7,451,740.06$ -$ -$ ICD-10 Coding Implementation / Hardware and software
Above Standard 3
Simplex Grinnell 788,072.10$ 74,729.66$ 66,500.14$ Fire Alarm Services Meets Standard 6
Smart Data Solutions 53,414.55$ -$ -$ Software and maintenance Meets Standard 1
Sodexo Inc And Affiliates 14,447,084.16$ -$ -$ Janitorial service / Nutrition and Dietary Services Meets Standard 14
Solares Electrical Services, Inc 120,020.93$ 2,209.46$ 13,806.24$ Construction/electrical services Meets Standard 2
Solstas Lab Partners Group, Llc 155,128.80$ -$ -$ Medical supplies Meets Standard 2
Sophia Ramsay -$ -$ -$ Peer Specialist services Meets Standard 1
SOS Staffing -$ -$ -$ Staffing agency Meets Standard 1
Southeastern Scientific, Inc 150.70$ 1,788.06$ 1,717.28$ Lab supplies Meets Standard 1
Southern Medical Systems 36,837.77$ -$ -$ Miscellaneous medical supplies Meets Standard 1
Southern Prosthetic Supply 208,202.12$ -$ -$ Prosthetic and orthotic products Meets Standard 1
Special Care Providers Of -$ -$ 3,859,304.00$ Staffing for Vent Unit Meets Standard 2
Spinal Technology, Inc 57,522.34$ -$ -$ Prosthetic and orthotic products Meets Standard 1
SRI-Synergy 875,970.04$ 409,085.77$ 323,070.87$ Sterile trays and packs Meets Standard 1
SSI Group, Inc 155,850.77$ -$ -$ Claims scrubber and compliance checker Meets Standard 2
St Jude Medical, Inc 1,894,444.54$ 91,769.00$ 343,627.96$ Pacemaker, cardiac catheter supplies Meets Standard 1
Standard Register Company 503,461.54$ 22,767.55$ 38,413.23$ Office supplies/paper Above Standard 3
Stanley Security Solutions, Inc -$ 8,599.42$ -$ Keys and locks Meets Standard 1
Staples Advantage 633,655.67$ 57,165.06$ 78,743.01$ Office supplies/paper Meets Standard 2
Stat Lab -$ -$ -$ Histology laboratory supplies Above Standard 1
Stericycle, Inc 2,220,449.66$ -$ -$ Waste management, biohazard, shredding Meets Standard 9
Stopware 5,815.57$ -$ -$ Visitor Management System Meets Standard 1
Sunquest Information Systems 412,816.20$ 5,751.01$ -$ Laboratory software Meets Standard 1
Sunshine Communication Service 45,906.53$ -$ 7,640.11$ Communications Meets Standard 2
Sunshine X-Rays -$ -$ -$ Film chemical service Meets Standard 2
Sykes Acquisition, Llc 6,384,553.02$ -$ -$ Call center services/centralized scheduling Meets Standard 4
Synergy ITSM 123,788.75$ -$ -$ Software maintenance and renewal service Above Standard 1
T B & A -$ -$ -$ DVD'S televisions Below Standard 1
Teeth R Us 65,828.60$ -$ -$ Dental lab Meets Standard 3
Telcor Inc (230.09)$ 12,674.68$ 9,380.09$ Annual software maintenance Above Standard 2
Telehealth Services 70,953.75$ 19,148.51$ 84,917.60$ Cable TV Programming Meets Standard 2
Terremark North America, Inc 350,449.18$ -$ -$ PB Off-Site Data Center and Co location services Meets Standard 1
Terumo Bct 110,989.00$ -$ -$ Disposable sets for Cube Spectra Apheresis Meets Standard 1
The Advisory Board Company -$ -$ -$ Data query tool Meets Standard 1
The Weinbach Group, Inc 3,355,263.81$ -$ -$ Advertising Meets Standard 2
Thyssenkrupp Elevator 108,497.41$ -$ 119,703.03$ Elevator service Meets Standard 2
Towers Watson Delaware, Inc 340,299.01$ -$ -$ Actuarial services Above Standard 1
Toxicology Testing Service, Inc 5,490.23$ -$ 4,877.77$ Toxicology reference lab Above Standard 1
Trane 733,163.14$ 27,635.85$ 15,441.82$ Heating and Air Conditioning Services Meets Standard 1
Trans Union Corp 252,741.38$ -$ -$ Credit reporting tool Meets Standard 1
Translogic Corporation 83,724.75$ 435.08$ -$ Service and maintenance pneumatic tube system Meets Standard 1
TriCounty Laundry -$ -$ -$ Commercial laundry Meets Standard 1
Tripath Imaging Inc -$ -$ -$ Lab equipment testing and maintenance Above Standard 2
Tropex Construction Services 17,172.75$ 5,439.94$ -$ Construction service Meets Standard 1
Uniform Data System For Medica 10,033.85$ -$ -$ Software for data collection Meets Standard 1
United Hvac Services Inc 1,499.92$ -$ 34,165.10$ Heating and Air Conditioning Services Meets Standard 1
United Medical System -$ -$ -$ Lithotripsy Meets Standard 1
University Of Miami -$ -$ -$ Anesthesia Services Meets Standard 2
University Of Miami -$ -$ -$ Radiation Services Meets Standard 1
University Of Miami -$ -$ -$ Intensivist Services Meets Standard 1
Summary of Evaluations Received by VendorJanuary 2014
7
Co 1000 Co 2000 Co 3000# formsVendor
Estimated Annual ExpenseDescription Rating
University Of Miami -$ -$ -$ Reference Lab testing Meets Standard 2
University Of Miami -$ -$ -$ Psychiatric Services Meets Standard 1
USA Mobility Wireless, Inc 689,001.37$ -$ -$ PB I LAND Rental Agreement/Beepers Meets Standard 4
Vericom Corporation 31,491.87$ -$ -$ Messaging service Above Standard 1
ViaOne -$ -$ -$ Leave, FMLA, Attendance Reporting Above Standard 1
Viracor Laboratories 1,072,189.94$ -$ -$ Reference Lab testing Meets Standard 1
Vistar Technologies 5,000.00$ -$ -$ Software and maintenance Meets Standard 1
Waco Filters Corporation 6,881.12$ 1,220.06$ 16,621.85$ Equipment filters Above Standard 1
Wakely Consulting Group, Inc 150,788.21$ -$ -$ Consultant Services Meets Standard 1
Walgreens 175.48$ -$ -$ After hours medications Meets Standard 1
We Make Scents Inc -$ -$ 7,514.67$ Deodorizers and dispensers Above Standard 2
Weathertrol Maintenance Corp 13,255.75$ 1,694.01$ -$ Chiller maintenance Meets Standard 1
Werfen USA, Llc 227,522.26$ 75,543.53$ 55,924.91$ ACL analyzer rental and PM Meets Standard 1
WMBM Radio -$ -$ -$ Broadcast programming and commercial Meets Standard 1
Wood Work Studio Center, Inc. -$ -$ -$ Wood work Meets Standard 1
Wright Medical Technology, Inc 37,438.92$ 8,452.64$ 161,463.13$ Orthopedic implant Meets Standard 1
Wrymark, Inc 2,800.18$ -$ -$ Orthotic products Meets Standard 1
Ww Grainger, Inc 395,544.21$ 49,095.83$ 14,645.51$ Parts Supplier Above Standard 4
Wyeth Ayerst Pharmaceuticals -$ -$ -$ Pharmaceuticals Above Standard 1
Xpedx 304,832.85$ 917.00$ 1,043.25$ Housekeeping cleaning supplies Above Standard 1
Zephyrhills Spring Water Co 4,622.20$ 118.55$ -$ Emergency water supply Above Standard 2
Zixcorp Systems, Inc 76,245.00$ -$ -$ Software Service Agreement Meets Standard 1
Total Estimated Spend: 260,646,570.96$ 15,466,210.67$ 28,381,595.50$ Average Rating: Meets Standard
Total Contracts: 380
Total Evaluation Forms: 646
Total Estimated Annual Expense: 304,494,377.13$
Vendor Name Services Provided Rating Estimated Annual Expense
Sentry Data Systems, Inc Below Standard 184,454.25$
184,454.25$
Contracts rated below standards represent 0.1% of the total estimated expense on this report.
Software to maximize use of 340B priced medications
2 (b) Facilities
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
CONSTRUCTION REPORT 51006005 EAST TOWER 2nd FLOOR PATHOLOGY LAB Funding Source: JMH Foundation Total Project Budget: $ 2,054,350 Anticipated substantial completion date: March 2014 Scope of the Work:
To upgrade and refurbish the existing Pathology Laboratory. Project Designed in Five (5) construction phases: 1.-UM Chairman Office/Bathroom, 2.-Conference Room, 3.-North Lab, 4.-South Lab/Grossing Stations 5.-Residencies Lab.
January 2014 • To revise Mechanical drawings • To re-issue HVAC Test and Balance
February 2014 • AHCA 100% Survey
March 2014
• Close out documents 51008032 EAST TOWER FLOOR – ER-RENOVATION Funding Source: GOB Total Project Budget: $ 2,406,000 Anticipated substantial completion date Phase 3: March 2014 PHASE 3 Scope of the Work:
To refurbish and upgrade the ER-B & ER-C Patient Units including all existing bathrooms within the Department, discharge/cashier’s office and staff lounge.
January 2014
• HVAC Test and Balance
February 2014 • Review and approve HVAC Test and Balance
March 2014 • AHCA 100% Survey
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51011117 TAYLOR BREAST CENTER RENOVATIONS Funding Source: JMH Foundation Total Project Budget: 642,780 Anticipated Construction Completion Date: December 2013 Construction to be performed by JOC Contractor: Allied Contractors Scope of the Work: Work entails the renovation of the Taylor Breast Center located in the Diagnostic Treatment Center 1st floor. The upgrade will include renovation of the entrance / Reception Room. The Patient Changing Rooms will be relocated and converted into 3 Patient Intake areas. The Radiologist and Reading rooms will be relocated to accommodate new equipment. The upgrade will also include new furniture, paint, and lighting. January 2014
• Project Closed 51010096 WW-2 ANGIO SUITE Funding Source: 2005 RB Total Project Budget: $ 2,350,452 Anticipated substantial completion date: February 2014 Construction to be performed by JOC Contractor: F.H. Paschen Scope of the Work: Removal of existing C-arm and replace with a new Siemens’ Zee in Interventional Radiology room #25. Renovation of abandoned Interventional Radiology area on WW2 to create a new recovery unit for Interventional Radiology. January 2014
• Construction Continues February 2014
• Construction Continues • AHCA 80% • AHCA 100%
March 2014
• Begin Project Closeout
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51011118 NICU B, C AND INTERMEDIATE MODERNIZATION Funding Source: JMH Foundation/2005 RB Total Project Budget: $2,000,000 Anticipated Construction Completion Date: March 2014 Scope of the Work: The Scope of Work entails the modernization of the NICU B, C and Intermediate Units. This includes the complete renovation of the Nursing Stations, Refurbishment of Patient Bays and Replacement of flooring and Wall protection to match the existing NICU Unit A. January 2014
• PMD Contractor Proposal Review • Contractor Awarded
February 2014
• PO issued to contractor by PMD • Construction Mobilization meetings / submittals
March 2014
• Begin Construction • Construction Continues
51009054 ET-4 LABOR AND DELIVERY OPERATING ROOMS Funding Source: 2005 RB Total Project Budget: $2,083,950 Anticipated substantial completion date: March 2014 Contractor: Pirtle Construction Scope of the Work: Scope of Work entails, remodeling and Renovation of 5 Labor and Delivery Operating Rooms and surrounding support areas at the East Tower 4th Floor – Holtz Children’s Hospital. Four (4) Operating Rooms will maintain the same size and configuration. Operating Room Five (5) will be demolished and redesigned to higher standards. Total Square footage under this contract is approximately 5,450 Sq. Ft. January 2014
• Construction Continues • Hill-Rom Medical Gas Boom installed in OR #42 - #45
February 2014
• Construction Continues • Berchtold begin install Equipment and Anathesia Boom in OR #41
March 2014
• Maquet Install equipment in OR #41 / Berchtold complete install • AHCA 80% inspection
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
53009055 MAIN CAMPUS / JNMC CAMPUS-WIDE LIGHTING UPGRADE Funding Source: IRB & RB 2005 Total Project Budget: $ 1,280,680 Projected Construction Completion Date: April 2014 Percentage of Construction Completed 70% Scope of Work entails Campus wide outdoor lighting upgrade throughout the JMH main campus and the Jackson North Medical Center. The first phase of this project will cover the Alamo plaza and 16th street portion of the project. January 2014
• New light poles and fixtures installation continues on 16th street and Alamo plaza February 2014
• New light poles and fixtures completed on 16th street and Alamo plaza • Landscaping repairs throughout 16th street and Alamo plaza • Parking Garage lighting work commences
March 2014
• Parking garage lighting continues
51011105 RYDER TRAUMA CENTER EXTERIOR HARDENING PROJECT Funding Source: FEMA (75%) / Capital Contribution (25%) & RB 2005 Total Project Budget: $10,100,619 Anticipated substantial completion date: February 2015 Scope of the Work The project scope of work is to structurally retrofit the building envelope. The project will be designed to install a wind abatement system of lightweight glass fiber reinforced concrete (GFRC) panels onto the Ryder Trauma Center. The components used for this wind retrofit project will meet the current Florida Building Code and Miami-Dade County specifications to withstand extreme hurricane conditions (Category IV storm conditions).
January 2014
• Ongoing construction on the temporary helipad 80-day schedule • Exterior Hardening project pre-construction activities
February 2014
• Completion of temporary helipad and relocation of roof helipad to ground • Exterior Hardening project pre-construction activities
March 2014
• Exterior Hardening construction start (contingent upon permit issuance)
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51009072 FIRE SPRINKLER UPGRADE CAMPUS WIDE Funding Source: IRB & RB 2005 Total Project Budget: $2,316,000 Anticipated substantial completion date: March 2014 Scope of the Work The campus-wide fire protection upgrades are to address all existing NFPA fire sprinkler codes additionally installing new automatic sprinkler systems and other system components for each building as determined deficient by state and local authority having jurisdiction. These main campus buildings include Central, East Tower, North Wing, Rehabilitation, South Wing, West Wing, and Utility buildings. January 2014
• Completed- South Wing (100% complete) • Ongoing Construction – East Tower (90% complete)
o AHCA inspection scheduled for 80% inspection. • Ongoing Construction – West Wing (50% complete) • Ongoing Construction – Rehab and North Wing (10% complete) • Installation of elevator shunt trips- East Tower
February 2014
• Completed- East Tower (100% Complete) o AHCA inspection to be called for 100% Final
• Ongoing Construction – West Wing (80% Complete) o AHCA inspection scheduled for 80% inspection
• Ongoing Construction – Rehab and North Wing (60% complete) • Installation of elevator shunt trips- Rehab Building
March 2014
• Completed – West Wing (100% Complete) o AHCA inspection scheduled for 100% inspection
• Completed - Rehab and North Wing (100% complete) o AHCA inspection scheduled for 100% inspection
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51009069 CAMPUS WIDE ROOFING REPLACEMENT – EAST TOWER Funding Source: IRB Total Project Budget: $2,508,882 Projected Completion Date: May 2014 Scope of Work Replacement of East Tower Roof, approximately -90,000 SQFT Replacement of West Tower Roof, approximately -15, 000 SQFT Replacement of South Wing Roof, approximately -12, 000 SQFT Replacement of portion of Central Roof, approximately -6,200 SQFT January 2014
• Permitting • Construction Begins (East Tower)
February 2014
• Construction Ongoing (East Tower) • Construction Begins (West Wing) • Construction Begins (Central)
March 2014
• Construction Ongoing (East Tower, West Wing, Central) • Construction Begins (South Tower)
53009065 JACKSON NORTH MEDICAL CENTER UTILITY PLANT REPLACEMENT Funding Source: IRB Total Project Budget: $3,361,272 Anticipated substantial completion date: April 2014 Scope of Work:
Replacement of three chillers, two boilers and supporting systems, installation of a new cooling tower. Installation of new energy management system.
January 2014 - (Boiler Replacement)
• Permitting • Construction Begins
February 2014 - (Boiler Replacement)
• Construction Ongoing • Boiler to be delivered on site
March 2014 – (Boiler Replacement)
• Construction Ongoing
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51009089/E10-JMH-01 MEDIUM VOLTAGE OIL SWITCHES REPLACEMENT AND ELECTRICAL SWITCHGEARS AT CENTRAL AND SOUTH WING REPLACEMENT: Funding Source: IRB/CC Total project Budget: $7,350,000 Anticipated substantial completion date: July 2014
Scope of the Work Replace medium voltage oil switches in Central, South Wing, Institute, Rehabilitation and North Building. Central and South Wing: replace normal and emergency substations and main switchgears.
January 2014 • Phase-I: Bids were received and Procurement is doing their due diligence • Retrofill of main switchgears at PP#2 Central and South Wing: on Hold
February 2014
• Phase-I: Requesting authorization to the board • Retrofill of main switchgears at PP#2, Central and South Wing: on Hold
March 2014 • Phase-I: Service agreement and NTP to successful bidder • Retrofill of main switchgears at PP#2, Central and South Wing: on Hold
51009064 REPLACEMENT OF 30 AIR HANDLING UNITS Funding Source: IRB Total Project Budget: $6,637,426 Anticipated substantial completion date: Early 2015 Scope of the Work:
To furnish and install thirty one (31) custom Air Handling Units:
January 2014 • 18 AHU Replacement bid issued
February 2014
• Award multi-AHU replacement project March 2014
• Construction Ongoing multi-AHU Replacement
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51009056/E10-JMH-02 ENERGY CENTER REPLACE PARALLELING GEAR AND NEW EMERGENCY GENERATORS Funding Source: IRB Total project Budget: $ 5,289,372 Anticipated substantial completion date: September 2014
Scope of the Work Replace paralleling system and emergency distribution switchboard; provide new engines with the capability to operate in dual-fuel mode (natural gas component). Ryder Trauma Center emergency power system will be increased, with the intention of having the entire building on emergency power.
January 2014
• ITB-Campus wide Energy Monitoring and Control System (EMCS) (Phase-II): Bids were received and Procurement is doing their due diligence
• UC Electrical Upgrades (Phase-III): 100% construction plans will be reviewed and approved by staff • Trauma Electrical Upgrades (Phase-IV): pending negotiation fee with consultant
February 2014
• ITB-Campus wide Energy Monitoring and Control System (EMCS) (Phase-II): Requesting authorization to the board
• UC and emergency power upgrades at Ryder Trauma (Phase-III): plans to be submitted to AHCA and CoM for approval
• Trauma Electrical Upgrades phase (Phase-IV): pending negotiation fee with consultant
March 2014 • ITB-Campus wide Energy Monitoring and Control System (EMCS) (Phase-II): Service agreement and
NTP to successful bidder • UC Electrical Upgrades (Phase-III): waiting on comments from AHCA and permit plans continues at the
CoM • Trauma Electrical Upgrades phase (Phase-IV): pending negotiation fee with consultant.
• JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51011104 WEST WING 15 NURSING UNIT MODERNIZATION Funding Source: Capital Contribution Total Project Budget: $2,792,489 Projected Completion Date: April 2014 Scope of Work entails The West Wing 15 Nursing Unit Modernization project has a vision towards creating a greater offering of single-occupancy rooms at Jackson Health System. The project’s interior renovation would create twenty-five (25) single-occupancy rooms, one (1) VIP room, and other clinical support areas to current codes, hospital standards, and modernized finishes. January 2014
• Construction ongoing: Mechanical/Electrical/Plumbing in-wall and above ceiling installations, drywall installation and finishing, ceiling grid installation
• Plumbing rough-in / drywall completion delays due to existing non-working valves
February 2014 • Construction ongoing: ceramic tile, light fixtures, plumbing fixtures, acoustical ceiling tile, nurse call
system March 2014
• Construction ongoing: flooring, millwork installation, light and plumbing trims, specialties, headwalls finish panels installation
52012104 JSCH HELIPAD Funding Source: Capital Contribution Total Project Budget: $1,634,072 Projected Completion Date: January 2014 Scope of Work Design and installation of a new helipad platform above existing emergency department. Project also includes construction of a 2-level tower that will house a double patient bed capacity elevator to service the helipad. January 2014
• Modifications per AHCA 80% inspection completed • Project Completed • AHCA and City final inspections
February 2014
• Project closeout
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51009036 WEST WING AND CENTRAL FIRE ALARM UPGRADE PROJECT Funding Source: IRB Total Project Budget: $2,350,000 Projected Completion Date May 2014 Scope of Work Design and upgrade of existing patient occupancy towers for: West Wing and Central buildings, replace all audio/visual devices provide new speakers, all older model addressable ceiling smoke detectors, heat sensors, manual pull station and duct detectors must be replaced, flow and tamper annunciation modules must be upgraded. Connect these building to the fire alarm loop/network. January 2014
• A notice of deficiency sent to R&B and continues legal discussion • West Wing:
o CoM add-RCO#2-FM: pending proposal • Central:
o 80% AHCA-RCO#4: pending proposal o CoM add-RCO#6-FM: pending proposal o URODYNAMIC-RCO#7: missing from engineering drawings o Testing Fire Smoke Dampers
February 2014
• A notice of deficiency was sent to R&B and continues legal discussion • West Wing:
o Installation of CoM add and inspection • Central:
o 80% AHCA-RCO#4: installation o CoM add-RCO#6-FM: installation o URODYNAMIC-RCO#7: installation
March 2014
• A notice of deficiency was sent to R&B and continues legal discussion • West Wing:
o Demolition • Central:
o AHCA final inspections o Final Fire Marshall Inspection of add devices
JACKSON MEMORIAL HOSPITAL
MONTHLY STATUS REPORT
JANUARY 2014
51009062/E10-JMH-03 FIRE ALARM UPGRADE AT JACKSON MEMORIAL HOSPITAL Funding Source: IRB Total project Budget: $ 4,429,495 Anticipated substantial completion date: March 2014
Scope of the Work Design and upgrade of existing hospital and business occupancy floor for: Rehabilitation, Trauma, Mental Health and Jackson Medical Towers buildings, replace all audio/visual devices provide new speakers, all older model addressable ceiling smoke detectors, heat sensors, manual pull station and duct detectors must be replaced, flow and tamper annunciation modules must be upgraded. Connect these building to the fire alarm loop/network. January 2014
• Ongoing Construction at Patient Towers: o NW: AHCA final inspection o Rehab: Negotiation CO#2 o Trauma building: Pending submittal GMP o Mental Health: CPU pending replacement o East Tower: CPU pending replacement o Highland professional: CPU pending replacement o ACCE: on hold o Institute: negotiation adds devices
• Ongoing Design Services – Track the completion of non-patient towers: o Park Plaza East – On hold o Park Plaza West – On hold o Jackson Medical Towers – On hold
February 2014
• Ongoing Construction at Patient Towers: o NW: close out o Rehab: start with Fire Marshall Inspection o Trauma: construction continues o Mental Health: final inspection o East Tower: final inspection o Highland Pavilion: final inspection o ACCE: on hold o Institute: pending proposal
• Ongoing Design Services – Track the completion of non-patient towers: o Park Plaza East – On hold o Park Plaza West – On hold o Jackson Medical Towers – On hold
March 2014 • Ongoing Construction at Patient Towers:
o Rehab: continues with Fire Marshall Inspection o Trauma: construction continues o Mental Health: project close o East Tower: project close o Highland Pavilion: project close o ACCE: on hold o Institute: additional CoM devices pending
• Ongoing Design Services – Track the completion of non-patient towers: o Park Plaza East – On hold o Park Plaza West – On hold o Jackson Medical Towers – On hold
3. Resolutions Recommended To Be Forwarded To The Fiscal Committee
TO: Marcos J. Lapciuc, Chairman and Members, Purchasing and Facilities Subcommittee FROM: Rosa Costanzo Strategic Sourcing and Supply Chain Management & Chief Procurement Officer DATE: January 15, 2014 RE: Purchasing Report Recommendation The following recommendations are made in accordance with the Trust’s “Procurement Regulation.” These items fully support our business operations and help the organization in its efforts to provide an excellent world class patient experience. Scope This report includes competitively solicited contract awards over $3,000,000, waivers of formal competition over $250,000 and other categories for Board approval as prescribed by the Procurement Regulation. Fiscal Impact/Funding Source The items included are part of the Trust’s budget. Track Record/Monitor The Procurement Management Department along with the user departments and leadership support, will track and monitor the responsibilities and obligations set forth in the contracts. Background The entire report has been vetted and assembled by the Procurement Management Department with the direct participation of the Director and staff, all subject to review by the Chief Procurement Officer, consultation with the Executive Staff and the President, and reviewed for legal sufficiency by the County Attorney’s Office. Request is made for approval of the Purchasing Report, consisting of the following:
Vendor Amount Leica Microsystems, Inc. / DB Surgical, Inc. $318,036 Awarepoint Corporation $1,472,140 Collection Agencies $11,775,000 Sykes Enterprises Incorporated $13,400,000
Procurement completed an orderly administrative process with each item to bring the best value (cost, quality, and outcome) with each project.
Agenda Item 3 (a)
Purchasing and Facilities Subcommittee January 15, 2014
RESOLUTION NO. PHT 1/14 – RESOLUTION AUTHORIZING AND APPROVING AWARD OF BIDS AND PROPOSALS, WAIVER OF BIDS, AND OTHER PURCHASING ACTIONS FOR JANUARY 2014, IN ACCORDANCE WITH THE PUBLIC HEALTH TRUST’S PROCUREMENT POLICY, RESOLUTION NO. PHT 10/12-078
(Rosa Costanzo, Vice President and Chief Procurement Officer,
Strategic Sourcing and Supply Chain Management Division, Jackson Health System)
WHEREAS, bids and proposals were solicited, received and reviewed by staff; and
WHEREAS, the Purchasing and Facilities Subcommittee met on January 15, 2014 and reviewed staff’s
recommendations as submitted under the PHT’s Procurement Policy, Resolution No. PHT 10/12-078; and
WHEREAS, the Purchasing and Facilities Subcommittee forwarded the Purchasing Report to the Fiscal
Committee with a recommendation for approval for each item under the report, which is attached hereto and hereby
incorporated by reference; and
WHEREAS, upon his written recommendation, the President recommends that the Public Health Trust
Board of Trustees (Board of Trustees) waive competitive bidding for items under the heading of “Bid Waiver” and
“Waiver of Full and Competitive Bidding” in the respective Purchasing Report, finding such action to be in the best
interests of the Public Health Trust; and
WHEREAS, the President and Fiscal Committee recommend various other purchasing actions, as indicated
in the attached Purchasing Report.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby authorizes and approves the award of
bids and proposals and all the purchasing actions as set forth in the attached Purchasing Report, under the Public
Health Trust’s Procurement Policy, Resolution No. PHT 10/12-078; and finds it in the best interest of the Public
Health Trust to waive competitive bidding for those items listed under the heading “Bid Waiver” and “Waiver of
Full and Competitive Bidding” in the respective report; and to take such action as is necessary and authorized to
implement these awards and actions.
PUBLIC HEALTH TRUST BOARD OF TRUSTEES PURCHASING REPORT
January 15, 2014
TO: PUBLIC HEALTH TRUST BOARD OF TRUSTEES FROM: PROCUREMENT MANAGEMENT DEPARTMENT The following recommendations are made in accordance with the Trust’s “Procurement Policy” and it’s implementing “Procurement Regulation.” This report includes competitively solicited contract awards over $3,000,000, waivers of formal competition over $250,000 and other categories for Board approval as prescribed by the Procurement Regulation. The entire report has been screened and assembled by the Procurement Management Department with the direct participation of the Director and staff, all subject to review by the Chief Procurement Officer, consultation with the Executive Staff and the President, and reviewed for legal sufficiency by the County Attorney’s Office. SECTION I. AWARDS UNDER INVITATIONS TO BID (ITB’s) This section consists of awards under competitively solicited Invitations to Bid (ITB’s) over $3,000,000. No items to report. SECTION II. AWARDS UNDER REQUESTS FOR PROPOSALS (RFP’s) This section consists of awards under competitively solicited Requests for Proposals (RFP’s) over $3,000,000. No items to report. SECTION III. AWARDS UNDER THE COMPETITIVELY SOLICITED CONTRACTS OF OTHER PUBLIC PROCUREMENT ENTITIES This section consists of awards over $3,000,000 under competitively solicited (“ITB,” “RFP” or equivalent) contracts of other public and nonprofit entities. No items to report.
SECTION IV. AWARDS UNDER GROUP PURCHASING ORGANIZATION (“GPO”) CONTRACTS This section consists of awards over $3,000,000 under Group Purchasing Organization (“GPO”) contracts. GPOs are organizations that aggregate the purchasing volume of their members consisting of hospitals and other health care providers to leverage discounts with manufacturers, distributors and other vendors to realize administrative savings and efficiencies. The Trust’s GPO is MedAssets. No items to report. SECTION V. AWARDS UNDER A WAIVER OF FORMAL COMPETITION
This section consists of awards over $250,000 without the formal solicitation of competitive bids or proposals. All award recommendations in this section have the approval of the President, are based on a finding that the waiver of competitive bidding is in the best interests of the Public Health Trust, and require a two-thirds affirmative vote of the Trustees present for approval. A. Sole Source
No items to report. B. Physician’s Preference Staff requests a waiver of formal competition for the contract items listed in this category because a physician and clinician have requested the particular item without which the physician and clinician cannot successfully and safely render patient care. 1. (CA-9005191-EH) The Perioperative Services Department is requesting the acquisition of a Leica Microscope, Light Operating M525 OH4 400W FL with 3D System to be utilized for neurosurgeries. Leica Microsystems, Inc. / DB Surgical, Inc.: One time purchase: $318,036 Total approved funding: $318,036 Background
The Leica Surgical OH4TV Microscope System will replace the existing twenty-year old OHS Microscope as well as enhance the utilization of the functioning OH4 400W presently being used for visualization, location, placement and navigation during neurosurgeries. The proposed Leica OH4TV system possesses brilliant Swiss optics, deeper focus, brighter light and the longest working distance available. It incorporates a beneficial teaching tool which allows fellows, residents and nurses to have a 3D view of the main surgeon operating through a viewing system. It records the procedure in 3D, which has become the standard in case presentations at conferences. The OH4TV provides the most overhead room and the longest reach of any surgical microscope on the market today, allowing it to be conveniently located behind the surgeon in a unique overhead position, or easily positioned anywhere around or across the operating table. With this additional tool, JMH will also be able to provide a new dimension in surgical education, as three-dimensional visualization of anatomical structures improves understanding of complex cases and increases knowledge retention. JMH surgeons will be able to quickly & easily edit their surgeries with built-in “TrueEdit” software and then present their work in 3D at conferences. This capability will enhance the caliber of JMH’s teaching program. Patients can benefit from “Integrated 3D”, because 3D inside the scope means no extra cart, no external cables and no interruption in workflow. The compact integrated 3D system saves space in the OR and all functions are seamlessly integrated into the microscope hand controls to be operated by the surgeon through the sterile drape. ECRI confirmed that the Leica system is the only one on the market today with the 3D option, and the Leica Smart 3D is presently the only software-based 3D platform that will allow for easy upgrades. Upgrading the system with surgical guidance applications is an opportunity moving forward with additional investment and would provide significant savings in the future. Recommendation The Perioperative Department has determined that it would be in the best interest of the Trust to secure the additional system from Leica and maintain the same standard throughout. Adding this product would eliminate the need for surgeons to use a subpar microscope. Having this system available would mean a reduction in surgery time and inherent surgery risks. The system will be covered initially by the manufacturer’s one-year warranty, after which it will be added to the existing biomedical maintenance program. The equipment is being provided to the Trust for $318,036. List price for the equipment is $372,718. The vendor provided a discount in the amount of $37,417 to the Trust, in addition to which Procurement negotiated a reduction of $17,265 based on ECRI’s and MD Buyline’s price analyses recommendation. The total savings provided to the Trust translates to $54,682. A Physician Preference bid waiver justification has been provided and Conflict of Interest declarations signed by Fernando Garcia, Administrator, Perioperative Services, Dr. Barth Green, M.D., Professor and Chairman, Department of Neurological Surgery, and Ian Prichett, Sales Representative, Leica. (A. Contreras).
C. Standardization Items in this category have been established as the Trust standard.
No items to report. D. Non-Competitive Cooperative Purchasing This subsection consists of awards under the contracts of other public entities that were not competitively solicited. No items to report. E. Miscellaneous Bid Waiver 2. (607445-PE) The Supply Chain Management Department requests a renewal contract for the continuation of our Radio Frequency Identification (RFID) Asset Tracking system used to track and manage assets in real time throughout Jackson Health System (ongoing purchase). Awarepoint Corporation: $294,428/Yr Total approved funding: $1,472,140 (For five years) Background The Awarepoint solution was originally solicited via a competitive process for research and subsequently approved by the PHT Board as a bid waiver. The system is a patented asset tracking technology developed exclusively for the healthcare industry. The first five-year cost approved in September 2008 was $2,777,924 versus $1,472,140 for a savings of $1,305,789. The solution is used to track and manage equipment inventory throughout the Health System. This product currently includes the full deployment of 15,000 tags with no disruption to patients and hospital staff. The tags are used also to record temperatures in refrigerators, warmers and IT applications. Awarepoint offers the only remote tracking locator system (“RTLS”) in today’s market with a non-invasive deployment technology. The solution is based on the Zigbee wireless technology, based on the IEEE 802.15.4 standard protocol and provides compliance with the Joint Commission, CMS and AHCA requirements. Awarepoint holds 26 patents associated with the use of Zigbee technology and its application in the healthcare environment. No other provider can legally provide this type of RTLS functionality within Healthcare on a Zigbee platform. This RFID-RTLS is fully maintained by the vendor. The system is also able to track patients and staff as well as monitor hand hygiene. However, the current install is not set up for this today and can be an opportunity moving forward with additional investment. Towards this end, vendor will be providing software for new asset tracking and patient/staff tracking platforms at no additional cost. The RFID Asset Tracking System allows for equipment to be “tagged” and continuously “tracked” in real time using a proprietary network. Equipment movement is actively monitored with the use of a web-based computer, thus reducing the amount of shrinkage. The system is configured to automatically send electronic alarms in the event
the particular equipment exits its predefined area of operation. Without the use of this solution, employees would have to invest time in physically searching for equipment by going from building to building and floor by floor. In addition, temperature tracking would need to be manually done on paper. The Biomed Department would have to search for pieces of equipment that require maintenance or are on recall, and staff would continue hoarding equipment, as was the case prior to this tracking solution. Recommendation Based on thorough cost and efficiency evaluation, it has been determined that it would be in the best interest of the Trust to continue at this time with the services of Awarepoint with the proposed significant reduction from original contract price. The costs included in this renewal are for: (1) One dedicated onsite FTE position; (2) locating hardware; (3) software installation (includes end user training); (4) required National Institute of Standards and Technology (NIST) certification and (5) maintenance and support services. According to MDBuyline and ECRI, the vendor has provided very substantial concessions for fair and competitive pricing. The costs for the initial term of this agreement are as follows:
• Recurring service fee $ 1,124,790 • Hardware (tags & sensors) $ 267,750
Sub Total (initial 5 yr. term) $ 1,392,540
• New tag installation $ 79,600 (one-time fee)
Total Costs: $1,472,140/5 yrs. The corresponding Return on Investment (ROI) analysis is very strong, demonstrating benefits with productivity, asset visibility, customer satisfaction, patient safety and regulatory compliance. The contract can be terminated by the Trust for convenience with a thirty (30) day notice and includes OIG and UAP provisions. Evaluation of the vendor’s performance during the current contract year demonstrates the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is above standard:
• There have been no complaints from patients or employees regarding this contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Supply Chain Management Department and Information Technology Department have recommended the continuation of this contracted service. (R. Costanzo/M. Garcia). SECTION VI. OPTIONS-TO-RENEW AND CONTRACT MODIFICATIONS FOR CONTRACTS THAT WERE COMPETITIVELY SOLICITED This section refers to existing contracts that were competitively bid (“ITB” or “RFP”) at their origin and consists of either (a) the exercise of established options to renew or (b) the execution of contract modifications for which the Procurement Policy requires prior Board approval. 3. (625881, 625123, 625126, 626782, 628809, 628813-MAM) The Revenue Cycle Division, requests approval to exercise the first one-year option to renew the competitively awarded Collection Agency Services contracts awarded pursuant to RFP No. 10-5282 (ongoing purchase).
Collection Agencies:
Firstsource Advantage: $6,400,000
(For one year)
Broward Adjustment Services: $1,287,500 (For one year)
SSI Group: $1,200,000 (For one year)
NCO Financial System: $ 87,500 (For one year)
Chapin Revenue Cycle Management $2,800,000 (For one year)
Total Approved Funding: $11,775,000
Background Broward Adjustment Services, Chapin Revenue Cycle Management, Firstsource Advantage (formerly Med Assist), NCO Financial Systems, and the SSI Group were each awarded a contract by the FRB in October of 2010 pursuant to RFP No. 10-5258 for Collection Agency Services. At that time the Board requested that each category
be divided between two vendors because of the high volume of work. Additional awards were made by the Board in December 2010 to Broward Adjustment Services, Firstsource Advantage (formerly Med Assist), Anthelio PHNS, MedAssets, NCO Financial Systems, Chapin Revenue Cycle Management and Vaughn Holland Consulting. The initial terms of these agreements are 3-years with effective dates of October 18, 2010 to October 17, 2013 and February 25, 2011 to February 24, 2014, respectively. Each award includes Two Options to Renew (OTRs) of one year each. In October 2013, the contracts awarded in 2010 were extended to coincide with the expiration of those that began in February 2011. Therefore, both sets will expire in February 2014. In addition, the Vaughn Holland Consulting, MedAssets and Anthelio PHNS contracts were terminated and the remaining vendors in those respective categories assumed their duties. The table below demonstrates the breakdown of services and allocation of funding among the Agencies.
Category Description Original Annual Award Amount/Date
Requested Amount
under this OTR
Awarded Vendors
B Low Dollar/High Volume OP Insurance
Account Follow-Up – Award A – M Alpha Accounts.
Cap - $600K/yr Fee – 7.25% Legal – N/A
Awarded: 10/25/2010
$1,000,000/yr Firstsource Advantage
REQ# 625123
B Low Dollar/High Volume OP Insurance
Account Follow-Up – Award N – Z Alpha Accounts.
Cap - $600K/yr Fee – 7.25% Legal – N/A
Awarded: 12/27/2010
$1,000,000/yr
Firstsource Advantage (Previously awarded to Anthelio-
PHNS) REQ# 625123
C Patient Self Pay After Insurance Bad Debt – Commercial and Medicare –
Award A – M Alpha Accounts.
Cap - $1.2M/yr Fee – 6.5% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr Firstsource Advantage
REQ# 625126
C Patient Self Pay After Insurance Bad Debt – Commercial and Medicare –
Award N – Z Alpha Accounts.
Cap - $1.2M/yr Fee – 6.5%
Legal – Not quoted Awarded: 10/25/2010
$1,200,000/yr Broward Adjustment REQ# 625126
D Patient Self Pay Bad Debt Collections – Primary Placement – Award A – M
Alpha Accounts.
Cap - $1.2Mk/yr Fee – 9.47% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr Firstsource Advantage
REQ# 625126
D Patient Self Pay Bad Debt Collections – Primary Placement – Award N – Z
Alpha Accounts.
Cap - $1.2Mk/yr Fee – 9.47% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr SSI Group REQ# 626782
F Professional Services Bad Debt –
Award 1-Vendor – Award A – M Alpha Accounts.
Cap - $87.5k/yr Fee – 17.35% Legal – N/A
Awarded: 12/27/2010
$87,500/yr NCO Financial
Systems REQ# 628813
F Professional Services Bad Debt –
Award 1-Vendor – Award N – Z Alpha Accounts.
Cap - $87.5k/yr Fee – 17.35% Legal – N/A
Awarded: 12/27/2010
$87,500/yr Broward Adjustment REQ# 628809
G
-0- Balance Review and Audit Services for Underpayment and Contract
Compliance – Award A – M Alpha Accounts. Specialized Vendor
Required (Audit of payer contract terms)
Cap - $1.4M/yr Fee – 22%>$10k Fee – 29%<$10k
Legal – N/A Awarded: 12/27/2010
$1,400.000/yr Chapin Revenue Cycle
Mgmt. REQ# 625881
G
-0- Balance Review and Audit Services for Underpayment and Contract
Compliance – Award N – Z Alpha Accounts. (Audit of payer contract
Cap - $1.4M/yr Fee – 22%>$10k Fee – 29%<$10k
Legal – N/A
$1,400.000/yr
Chapin Revenue Cycle Mgmt.
(Previously awarded
Recommendation The Revenue Cycle Division is requesting that the Board approves the first one-year OTR under these contracts and funding to continue the collection services being provided. The requested dollars represent the annually awarded amount in each category.
The original contract was reviewed and approved by the County Attorney’s Office for legal sufficiency and by Risk as to Insurance and Indemnification. The contracts can be terminated for convenience with a sixty (60) day notice and include UAP and OIG provisions. In providing an evaluation of each vendor’s performance during the current contract year, the Revenue Cycle Division has reported the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is good: • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Revenue Cycle Division has recommended the continuation of this contracted service. ECRI and MD Buyline do not track these services. (C. Pla). 4. (621489-MAM) The Revenue Cycle Division, requests approval to exercise the second Option to Renew (OTR) of the existing Sykes Enterprises, Inc. contract for “Call Center and Centralized Scheduling” services pursuant to competitively awarded RFP No. 06-5182 (ongoing purchase).
Sykes Enterprises Incorporated:
terms) Awarded: 12/27/2010 to VH Consulting) REQ# 625881
H
Inpatient Insurance accounts greater than 90 Days
– Award A – M Alpha Accounts. (High Balance Insurance
Accounts Follow-up)
Cap - $1.4M/yr Fee – 4.25% Legal – 15%
Awarded: 10/25/2010
$1,000,000/yr Firstsource Advantage
REQ# 625123
H
Inpatient Insurance accounts greater than 90 Days
– Award N – Z Alpha Accounts. (High Balance Insurance
Accounts Follow-up)
Cap - $1.4M/yr Fee – 4.25% Legal – 15%
Awarded: 12/27/2010
$1,000,000/yr
FirstSource Advantage
(Previously awarded to MedAssets) REQ# 625123
This request for funding: $13,400,000
Total approved funding: $13,400,000 (For two years) Background In June 2008, the Board approved a competitive contract award in the amount of $5,242,759 to the ICT Group for an initial three-year term, plus three two-year Options to Renew (OTRs) for call center and centralized scheduling services for the Revenue Cycle Division. Then, on February 2, 2010, the ICT Group merged into Sykes Acquisitions, LLC, and Sykes assumed the responsibilities of the ICT Group under this agreement. Subsequently, in May 2010, the Board approved the amount of $8,232,304 to be added to the contract. This was necessitated by increased call volume and new service features under the contract. Based on the information that was available in Jackson’s legacy systems and processes at the time, the initial award projected 215,000 calls per year. However, given the success of the call center service and continuous process improvements, the call volume more than doubled. In FY2013 the total call volume was 985,643. This increase in volume also realized a reduction in the average price per call. Modifications 2 and 3 also added the amount of $846,544 under CPO authority and in January of 2012, the PHT approved $13.4M for the first OTR of two years, which will expire on January 31, 2014.
Recommendation
This request for funding will exercise the second OTR for a two-year period to continue the call center services provided under this contract.
The original contract was reviewed and approved by the County Attorney’s Office for legal sufficiency and by Risk as to insurance and indemnification. This contract can be terminated for convenience with a ninety (90) day notice and includes UAP and OIG provisions. In providing an evaluation of Chapin Revenue Cycle Management’s performance during the current contract year, the Revenue Cycle Division has reported the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is good. • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Revenue Cycle Division has recommended the continuation of this contracted service. ECRI and MD Buyline do not track these services. (C. Pla).
SECTION VII. OPTIONS-TO-RENEW AND CONTRACT MODIFICATIONS FOR CONTRACTS THAT WERE AWARDED UNDER A WAIVER OF FORMAL COMPETITION This section refers to existing contracts that were not competitively bid at their origin and consists of either (a) the exercise of established options-to renew or (b) the execution of contract modifications for which the Procurement Policy requires prior Board approval. All contracts in this section are renewals not previously authorized by the Board have the written approval of the President, are based on a finding that the waiver of full and competitive bidding is in the best interest of the Public Health Trust, and require a two-thirds affirmative vote of the Trustees present for approval. No items to report. SECTION VIII. MISCELLANEOUS This section consists of procurement actions that require Board approval not included under any other section of the Purchasing Report. No items to report.
TO: Marcos Lapciuc, Chairman
and Members, Purchasing & Facilities Subcommittee FROM: Madeline Valdes
Corporate Director, Property Management DATE: January 15, 2014 RE: JNMC Helipad Total Project Budget Increase Recommendation Staff requests authorization for the Public Health Trust Board of Trustees to increase the project budget authorized under Resolution No. PHT 11/12-088 by $170,000 for the design, permitting, and construction of a new Level II Trauma Center at Jackson North Medical Center. Scope The project encompasses Jackson North Medical Center’s helipad relocation and planned trauma resuscitation operating room area. Fiscal Impact/Funding Source The project is funded by capital contributions from operating surpluses and proceeds from 2005 Revenue Bonds. If this resolution is approved, the total project budget would be $1,170,000 in FY 2013-14. Track Record/Monitor The Capital Projects Department will track and monitor the responsibilities and obligations set forth in the construction contract. Background On February 27, 2012, the Board approved Resolution No. PHT 2/12-013 authorizing the President and Chief Executive Officer to take actions as necessary to extend trauma medicine services to Jackson South Community Hospital and/or Jackson North Medical Center. The Board subsequently approved Resolution No. PHT 11/12-088, authorizing the expenditure of $1,000,000 for developing the design, permitting and construction at Jackson North. Following adoption of the budget, the project scope was modified to include the trauma resuscitation operating room area. Additionally, meetings with residents neighboring Jackson North resulted in additional changes with a net increase in cost. Finally, negotiations to secure a contractor for this project allowed Jackson to retain an approved National Joint Powers Alliance (NJPA) contractor – this included an additional 6 percent fee but allows the project to proceed on an expedited schedule. These three factors were the primary reasons that the original 15 percent contingency was exhausted, prompting this recommendation to increase the total project budget.
Agenda Item 3 (b) Facilities and Purchasing Subcommittee January 15, 2014
RESOLUTION NO. PHT 01/14– RESOLUTION AUTHORIZING THE PRESIDENT OR HIS DESIGNEE TO INCREASE THE BUDGET AUTHORIZED UNDER RESOLUTION NO. PHT 11/12-088 BY ONE HUNDRED SEVENTY THOUSAND DOLLARS ($170,000.00) FOR THE DESIGN, PERMITTING, AND CONSTRUCTION OF A NEW LEVEL II TRAUMA CENTER AT JACKSON NORTH MEDICAL CENTER FOR A TOTAL BUDGET AMOUNT NOT TO EXCEED ONE MILLION ONE HUNDRED SEVENTY THOUSAND DOLLARS ($1,170,000) FROM THE CAPITAL CONTRIBUTIONS AND PROCEEDS FROM 2005 REVENUE BONDS IN FISCAL YEARS 2013-2014. (Madeline Valdes, Corporate Director, Property Management Division, Jackson Health System)
WHEREAS, this Board seeks to accomplish the purposes set forth in the attached memorandum;
and
WHEREAS, the President, Purchasing and Facilities Subcommittee and Fiscal Committee recommend
approval.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby authorizes the President or his designee
to increase the budget authorized under Resolution No. PHT 11/12-088 by One Hundred Seventy Thousand
Dollars ($170,000.00) for the design, permitting, and construction of a new Level II Trauma Center at Jackson
North Medical Center for a total budget amount of One Million One Hundred Seventy Thousand Dollars
($1,170,000) from capital contributions and proceeds from 2005 Revenue Bonds in Fiscal Years 2013-2014, in
accordance with the recommendation set forth in the agenda item attached hereto and incorporated herein by
reference.
FACILITIES SUBCOMMITTEE 01-15-2014 FISCAL COMMITTEE 01-15-2014
REQUEST Staff requests authorization for the President or his designee to be granted authorization to increase the Project budget authorized under Resolution No. PHT 11/12-088 in the amount of One Hundred Seventy Thousand Dollars ($170,000.00) for the design, permitting, and construction of a new Level II Trauma Center at Jackson North Medical Center for a total budget amount of One Million One Hundred Seventy Thousand Dollars ($1,170,000) from the Capital Contributions budget for Fiscal Years 2013-2014. BACKGROUND On February 27, 2012 as part of the President’s Report regarding the actions necessary to extend trauma medical services for Jackson South Community Hospital and Jackson North Medical Center, the board approved a Resolution No. PHT 2/12-013 authorizing the President and Chief Executive Officer of the PHT to take actions as are necessary to extend Trauma Medicine Services to Jackson South Community Hospital and/or Jackson North Medical Center. The Scope of Work was developed for purposes of estimating costs total project costs for board approval. In order to move forward with developing a design that was later submitted for permitting, it was necessary for the board to approve Resolution No. PHT 11/12-088 authorizing the expenditure of One Million Dollars ($1,000,000) from Capital Contributions budget for Year 2013. During the final contract negotiations with the approved NJPA contractor, additional funds were required for contingency, an expedited schedule and for any unforeseen conditions. RECOMMENDATION We concur with staff’s recommendation to authorize the President or his designee to be granted authorization to increase the Project budget authorized under Resolution No. PHT 11/12-088 in the amount of One Hundred Seventy Thousand Dollars ($170,000.00) for the design, permitting, and construction of a new Level II Trauma Center at Jackson North Medical Center for a total budget amount of One Million One Hundred Seventy Thousand Dollars ($1,170,000) from the Capital Contributions budget for Fiscal Years 2013-2014.
4. Adjournment
FISCAL COMMITTEE
AGENDA
January 15, 2014
Page 1 of 4
PUBLIC HEALTH TRUST BOARD OF TRUSTEES
FISCAL COMMITTEE
AGENDA
Wednesday, January 15, 2014 Following the Purchasing and Facilities Subcommittee Meeting
Jackson Memor ial Hospital
West Wing Board Room
Fiscal Committee Mojdeh L. Khaghan, Chairperson Joe Arr iola, Vice Chairperson Michael Bileca Irene Lipof Marcos J . Lapciuc Dar ryl K. Sharpton
Public Health Trust Rules
Any person making imper tinent or slanderous remarks or who becomes boisterous while addressing the committee, shall be bar red from fur ther audience before the committee, unless permission to continue or again address the committee be granted by the Chairperson. No clapping, applauding, heckling or verbal outbur sts in suppor t or opposition to a speaker or his or her remarks shall be permitted. No signs or placards shall be allowed in the Board Room. Persons exiting the Board Room shall do so quietly. The use of cell phones in the Board Room is not permitted. Ringers must be set to silent mode to avoid disruption of proceedings. Individuals, including those seated around the board table, must exit the Board Room to answer incoming cell phone calls. 1. Meeting Call To Order
(a) Previous committee meeting minutes (December 12, 2013) Motion to approve the previous committee meeting minutes Mojdeh Khaghan, Chairperson
Page 2 of 4
FISCAL COMMITTEE AGENDA – January 15, 2014
2. Reports (a) Jackson Health System Combined Financial Statements as of December 2013
Presented by Mark T. Knight, Executive Vice President and Chief Financial Officer
(b) Accounts Receivable Aging Repor t as of December 2013
Presented by Carmen Pla, Vice President, Revenue Cycle, Jackson Health System
(c) JMH Health Plan
Presented by Paul Marineau, Executive Director, Division of Managed Care and JMH Health Plan
(d) Financial and Budget Tracking Status as of November 2013
Presented by Mark T. Knight, Executive Vice President and Chief Financial Officer
(e) Purchasing and Facilities Subcommittee
(1) Purchasing Repor t as of January 2014 (Forwarded to the Fiscal Committee with a favorable recommendation from the Purchasing and Facilities Subcommittee
Presented by Marcos J. Lapciuc, Chairperson, Purchasing and Facilities Subcommittee 3. Resolutions Recommended To Be Forwarded To The PHT Board of Trustees
(a) Resolution approving the JMH Health Plan implementation of the surrender to the State of Flor ida the Public Health Trust Health Maintenance Organization License and Health Maintenance Organization Health Care Provider Cer tificate
Sponsored by Paul Marineau, Executive Director, Division of Managed Care and JMH Health Plan, Jackson Health System Motion to accept the resolution with a favorable recommendation to the PHT Board of Trustees Mojdeh L. Khaghan, Chairperson
Page 3 of 4
FISCAL COMMITTEE AGENDA – January 15, 2014
(b) Resolution author izing and approving a waiver of formal competition with Anthony D. Hall, CPA, PA in an amount not to exceed $12,500,000 for Cost Report Recovery Consulting Services for the 2007 Medicare and Medicaid Cost Reports, in which Anthony D. Hall, CPA, PA has identified $50,000,000 in estimated reimbursement to Jackson Health System
(1) Anthony D. Hall, CPA, PA Agreement
Sponsored by Mark T. Knight, Executive Vice President and Chief Financial Officer, Jackson Health System
Motion to accept the resolution with a favorable recommendation to the PHT Board of Trustees Mojdeh L. Khaghan, Chairperson
(c) Resolution author izing Mojdeh L. Khaghan, Treasurer of the Public Health Trust Board
of Trustees and Chairperson of the Fiscal Committee as an official signatory on all Public Health Trust bank accounts
Sponsored by Mark T. Knight, Executive Vice President and Chief Financial Officer, Jackson Health System
Motion to accept the resolution with a favorable recommendation to the PHT Board of Trustees Mojdeh L. Khaghan, Chairperson
(d) Resolution authorizing the President or his designee to be granted authorization to increase the
project budget authorized under Resolution No. PHT 11/12-088 in the amount of One Hundred Seventy Thousand Dollars ($170,000.00) for the design, permitting, and construction of a new Level II Trauma Center at Jackson North Medical Center for a total budget amount of One Million One Hundred Seventy Thousand Dollars ($1,170,000) from the Capital Contributions budget for fiscal years 2013-2014
Sponsored by Madeline Valdes, Corporate Director, Property Management Division, Jackson Health System
Motion to accept the resolution with a favorable recommendation to the PHT Board of Trustees Mojdeh L. Khaghan, Chairperson
Page 4 of 4
FISCAL COMMITTEE AGENDA – January 15, 2014
(e) Resolution author izing and approving award of bids and pr oposals, waiver of bids, and other purchasing actions for January 2014, in accordance with the Public Health Trust’s Procurement Policy, Resolution No. PHT 10/12-078
Sponsored by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division, Jackson Health System
Motion to accept the resolution with a favorable recommendation to the PHT Board of Trustees Mojdeh L. Khaghan, Chairperson
4. Adjournment
1. Meeting Call To Order
Page 1 of 4
FISCAL COMMITTEE MEETING MINUTES
Thursday, December 12, 2013 Followed the Purchasing and Facilities Subcommittee Meeting
Jackson Memorial Hospital
West Wing Board Room First Floor
1611 N. W. 12th Avenue Miami, FL 33136
Fiscal Committee Mojdeh L. Khaghan, Chairperson Joe Arriola, Vice Chairperson Michael Bileca Irene Lipof Marcos J. Lapciuc Darryl K. Sharpton
____________________________________________________________________________________________________________ Members Present: Mojdeh L. Khaghan, Chairperson, Joe Arriola, Vice Chairperson, Irene Lipof, Marcos J.
Lapciuc, and Darryl K. Sharpton Member(s) Excused: Michael Bileca In addition to the Board of Trustees, the following staff members, University of Miami Health System representative and Assistant Miami-Dade County Attorneys were present: Carlos A. Migoya, Don S. Steigman, Mark T. Knight, Carmen Pla, and Steven Falcone, M.D., University of Miami Health System and Jeffrey Poppel and Eugene Shy, Jr., Assistant Miami-Dade County Attorneys ____________________________________________________________________________________________________________
1. Meeting Call to Order Mojdeh L. Khaghan, Chairperson at 10:55 a.m.
(a) Previous committee meeting minutes (November 14, 2013)
Motion to approve the previous committee meeting minutes Mojdeh L. Khaghan, Chairperson
Darryl K. Sharpton moved approval; seconded by Irene Lipof, and carried without dissent.
Page 2 of 4
FISCAL COMMITTEE MEETING MINUTES – December 12, 2013
2. Reports
(a) Jackson Health Systems Combined Financial Statements as of November 2013
Mark T. Knight, Executive Vice President and Chief Financial Officer stated that the Committee members received (via e-mail messages) a year-end memorandum from Mr. Migoya and Jackson Health System (JHS) Combined Financial Statements for the month of November 2013 and first two months of fiscal year 2014. Mr. Knight highlighted information from the financial statements and addressed concerns having to do with volume reductions, increased payor mix, negative impact of net patient revenue, under budget operating expenses, as well as increased sales tax revenue, and GOB reimbursement to the budget. Also highlighted was information regarding days cash-on-hand, days in accounts receivables, best practices, point of service cash collections, net accounts receivable, productivity, and Operating Room cases which all remained strong during the month of November 2013. On a go forward basis volumes in the month of December have been strong and is anticipated that it will remain strong for the remainder of the month. Ms. Khaghan requested that the Jackson Health System Combined Financial Statements for the month of November 2013 be posted on the JHS website. Due to the upcoming challenges related to national and local changes in healthcare, Mr. Sharpton requested that in the near future Mr. Knight provide the Committee with an update and identify the potential impact regarding the changes.
(b) Accounts Receivable Aging as of November 2013 Carmen Pla, Vice President, Revenue Cycle reported that due to the impact of the holiday season cash collections for the month of November 2013 was $78 million versus a goal of $83 million, cash for the month of December 2013 began strong and is anticipated that the month of December will end with a positive impact on cash. The goal for Point of Service was achieved across JHS, continue to work closely with the Department of Children and Families which has contributed to the increase in self pay, submission of applications, and decreased conversions, in working together with the Managed Care Department and managed care contractors has contributed to the reduction in denial write-offs, and reduction in late charges for the month is greater than five (5) days. Ms. Pla presented additional information to the presentation having to do with the Total Gross Open AR Trend, AR Outstanding > 90 Days, and Credit Balance Trend. Mr. Knight reminded everyone that three years ago the credit balance was $100 million. He pointed out that JHS is below three (3) days, ahead of industry best practices and have achieved market improvements over a 36- month period of time.
(c) JMH Health Plan Mr. Knight stated that on behalf of Paul Marineau, Executive Director, Division of Managed Care and JMH Health Plan there are no further items to report other than the information that was previously reported at the Joint Conference and Efficiencies Committee meeting.
(d) Financial and Budget Tracking Status as of October 2013 A summary of the Financial and Budget Tracking Status as of October 2013 was included with the agenda. The summary highlighted JHS funding sources, expenditures and available funding versus committed funding.
Page 3 of 4
FISCAL COMMITTEE MEETING MINUTES – December 12, 2013 With regards to the JHS fiscal year 2014 budget, Mr. Arriola questioned the impact of the 5% health insurance contribution by JHS employees. Mr. Knight stated that if the 5% health insurance contribution by JHS employees was fully restored as of January 1, 2014 the incremental expense would be $18 million for fiscal year 2014 which represents 75% of the fiscal year and $24 million for fiscal year 2015. Mr. Knight further stated that upon completing the fiscal year 2014 budget it was not anticipated that the 5% health insurance contribution by JHS employees would be restored and therefore the JHS operations budget does not include provisions of the 5% no longer being contributed by the employees. On a go forward basis, Mr. Arriola questioned plans for a backup plan. Mr. Migoya explained the differences between JHS and Miami-Dade County as it relates to expense reductions. He stated that among issues being reviewed by JHS is the 100% factor of people as it relates to the $24 million on an annualized rate and a worse-case scenario of reducing 240 FTE’s. Also reviewing the different possibilities as it relates to a break even basis, review revenue and expense reductions, and review every possible way to offset major parts of the $24 million annualized reduction. Mr. Migoya stated that a memorandum was forwarded to the employees advising that JHS will not accept a loss. Mr. Sharpton stated that it is clear that the 5% health insurance contribution by JHS employees will have a significant impact on JHS operations as well as quality and patient lives. Mr. Sharpton suggested that the matter be further discussed in closed session to better address how best to move forward. Mr. Arriola expressed concern that there has not been discussion regarding a game plan going forward and he is of the opinion that if the 5% health insurance contribution by JHS employees is restored will have a huge negative impact on JHS and could be detrimental to its goals. Mr. Arriola stated that he understands the need of the employees and is in favor of a plan to compensate the employees but is very concerned about JHS experiencing a negative impact totaling $24 million. Ms. Lipof expressed concern regarding the need to address the amount of overtime pay as one of the areas to reduce costs. Mr. Migoya addressed some of the needs necessary to create overtime. He stated that there is a need to determine how to minimize overtime that will not have a negative impact on staff and services. Mr. Migoya stated that the work will continue to address all of the issues to arrive with the appropriate solution and will keep the PHT Board of Trustees informed going forward.
(e) Purchasing and Facilities Subcommittee Marcos J. Lapciuc, Chairperson, Purchasing and Facilities Subcommittee reported that the Subcommittee met on December 12, 2013 and agreed to forward resolution 3 (a) with a favorable recommendation to the Fiscal Committee.
3. Resolutions Recommended to Be Forwarded to the PHT Board of Trustees
(a) Resolution authorizing and approving award of bids and proposals, waiver of bids, and other purchasing actions for December 2013, in accordance with the Public Health Trust’s Procurement Policy, Resolution No. PHT 10/12-078
Sponsored by Rosa Costanzo, Vice President and Chief Procurement Officer, Strategic Sourcing and Supply Chain Management Division, Jackson Health System
Motion to approve the resolution with a favorable recommendation to the PHT Board of Trustees
Mojdeh L. Khaghan, Chairperson Joe Arriola moved approval; seconded by Darryl K. Sharpton,
and carried without dissent.
Page 4 of 4
FISCAL COMMITTEE MEETING MINUTES – December 12, 2013
With regards to agenda items 3 (b) and (c), Mr. Knight stated that the Pension Plan Subcommittee met on November 21, 2013. The Subcommittee was presented with detail presentations and recommendations by Hewitt EnnisKnupp regarding the items, discussed and approved the items with a favorable recommendation to the Fiscal Committee and PHT Board of Trustees for approval.
(b) Resolution approving the replacement of the Ironbridge Capital Management Small Cap Portfolio with the
Stephens Small Cap Growth Portfolio
Sponsored by Mark T. Knight, Executive Vice President and Chief Financial Officer, Jackson Health System (c) Resolution approving the Public Health Trust Defined Benefit Retirement Plan Revised Investment Policy
Statement
(1) PHT Investment Policy Statement (Revised)
Sponsored by Mark T. Knight, Executive Vice President and Chief Financial Officer, Jackson Health System
Motion to forward resolutions 3 (b) and (c) with a favorable recommendation to the PHT Board of Trustees
Mojdeh L. Khaghan, Chairperson
Joe Arriola moved approval; seconded by Darryl K. Sharpton, and carried without dissent.
Adjournment Mojdeh L. Khaghan, Chairperson at 11:32 a.m.
Meeting Minutes Prepared by Ivenette Cobb-Black Executive Assistant Public Health Trust Board of Trustees
2. Reports
2 (a) JHS Combined Financial Statements as of December 2013
Accounts Receivable All Hospitals
December 2013 (FY14)
Revenue Cycle KPI’s
Cash Collections Goal Actual
December 2013 (FY14) $83M $83.6M
KPI Best Practice /Benchmark Goal Actual Prior Month
POS 2% of net collections $1.6M $1.8M $1.8M
Potential Medicaid Conversion
% of approvals compared to referrals for the prior 90 days. 90% 83% 88%
AR Greater than 90 Days
Less than 20% of discharged AR 20% 20% 21%
Denial Reduce Net denial write-offs FYTD (less Benefit exhausted amounts) (FY12=10.4%)
5.5% 6.9% 5.6%
Revenue Integrity Reduce late charge (# of charges) greater than 5 days (FY12=2.4%) 1.5% 3.4% 2.0%
Benchmarks obtained by: HARA & Advisory Board ** Internal Target. No industry benchmark available
JHS CBO Cash Collections Month FY-13 Cash FY-14 Cash October $ 93,035,086 $ 90,244,083 November 90,228,516 $ 78,392,708 December 76,727,419 $ 83,639,983 January 93,346,075 February 81,386,890 March 77,187,713 April 90,399,591 May 88,103,154 June 73,764,853 July 95,914,513 August 89,819,495 September 93,202,988 Total $ 1,043,116,293 $ 252,276,775
Source: JHS Treasury Management & Revenue Control Dept.
Thank you,
2 (c) JMH Health Plan
FINANCIAL & BUDGET TRACKING STATUS REPORT NOVEMBER 2013 Capital Contribution (aka funded depreciation): The FY 2014 budget programmed $40 million of capital expenditures (both equipment and projects) to occur during the year funded with Capital Contribution dollars. For the current month end active capital projects funded with Capital Contribution dollars total $15.8 million. Of this amount, $3.8 million was spent in prior years leaving $12 million to be spent. Of that $1.3 million was spent in the current fiscal year. $11.3 million is programmed for spending in FY 2014 with an additional $690 thousand programmed to be spent in FY 2015. Foundation: Active Foundation funded projects continue this year totaling $2.8 million of prior and current year funding commitments. The bulk of the project dollars are represented by the NICU modernization project at $2 million. $534 thousand was spent in prior fiscal years leaving $2.3 million projected to be spent during FY 2014. Of this amount $93 thousand was spent in the current month. County GOB: Included in the report was a summary of active Building Better Communities General Obligation Bond funded projects. Active GOB funded projects total $2.4 million. Of this amount, $1.7 million was spent in prior years leaving $700 thousand to be spent. No expenditures were made in the current month. Series 2005 Revenue Bonds: Active Series 2005 projects total $37.5 million of which $3.1 million was spent in prior years, leaving $34.4 million left to spend. $750 thousand has been spent in FY 2014. $33.3 million is programmed for spending in FY 2014 with an additional $1.1 million programmed to be spent in FY 2015 Series 2009 Revenue Bonds: Active Series 2009 projects total $40.7 million of which $17.2 million was spent in prior years leaving $23.5 million left to spend. As of the end of November 2013 of the current fiscal year $435 thousand has been spent. The remaining $23 million is projected to be spent during the FY 2014 Trust Funds and Grants: The active projects funded by grants total $7.0 million, primarily FEMA dollars allocated to the ongoing Ryder Trauma Center Hardening project. $470 thousand was spent in prior years leaving $6.5 million left to spend. As of the end of November 2013 of the current fiscal year $270 thousand was spent. $4 million of the remaining balance is programmed for spending in FY 2014 with an additional $2.1 million programmed to be spent in FY 2015
2 (e) Purchasing and Facilities Subcommittee
January 2014 PHT Board of Trustees 1
PUBLIC HEALTH TRUST BOARD OF TRUSTEES PURCHASING REPORT
January 15, 2014
TO: PUBLIC HEALTH TRUST BOARD OF TRUSTEES FROM: PROCUREMENT MANAGEMENT DEPARTMENT The following recommendations are made in accordance with the Trust’s “Procurement Policy” and it’s implementing “Procurement Regulation.” This report includes competitively solicited contract awards over $3,000,000, waivers of formal competition over $250,000 and other categories for Board approval as prescribed by the Procurement Regulation. The entire report has been screened and assembled by the Procurement Management Department with the direct participation of the Director and staff, all subject to review by the Chief Procurement Officer, consultation with the Executive Staff and the President, and reviewed for legal sufficiency by the County Attorney’s Office. SECTION I. AWARDS UNDER INVITATIONS TO BID (ITB’s) This section consists of awards under competitively solicited Invitations to Bid (ITB’s) over $3,000,000. No items to report. SECTION II. AWARDS UNDER REQUESTS FOR PROPOSALS (RFP’s) This section consists of awards under competitively solicited Requests for Proposals (RFP’s) over $3,000,000. No items to report. SECTION III. AWARDS UNDER THE COMPETITIVELY SOLICITED CONTRACTS OF OTHER PUBLIC PROCUREMENT ENTITIES This section consists of awards over $3,000,000 under competitively solicited (“ITB,” “RFP” or equivalent) contracts of other public and nonprofit entities. No items to report. SECTION IV. AWARDS UNDER GROUP PURCHASING ORGANIZATION (“GPO”) CONTRACTS This section consists of awards over $3,000,000 under Group Purchasing Organization (“GPO”) contracts. GPOs are organizations that aggregate the
January 2014 PHT Board of Trustees 2
SECTION IV (cont’d.) purchasing volume of their members consisting of hospitals and other health care providers to leverage discounts with manufacturers, distributors and other vendors to realize administrative savings and efficiencies. The Trust’s GPO is MedAssets. No items to report. SECTION V. AWARDS UNDER A WAIVER OF FORMAL COMPETITION
This section consists of awards over $250,000 without the formal solicitation of competitive bids or proposals. All award recommendations in this section have the approval of the President, are based on a finding that the waiver of competitive bidding is in the best interests of the Public Health Trust, and require a two-thirds affirmative vote of the Trustees present for approval. A. Sole Source
No items to report. B. Physician’s Preference Staff requests a waiver of formal competition for the contract items listed in this category because a physician and clinician have requested the particular item without which the physician and clinician cannot successfully and safely render patient care. 1. (CA-9005191-EH) The Perioperative Services Department is requesting the acquisition of a Leica Microscope, Light Operating M525 OH4 400W FL with 3D System to be utilized for neurosurgeries. Leica Microsystems, Inc. / DB Surgical, Inc.: One time purchase: $318,036 Total approved funding: $318,036 Background The Leica Surgical OH4TV Microscope System will replace the existing twenty-year old OHS Microscope as well as enhance the utilization of the functioning OH4 400W presently being used for visualization, location, placement and navigation during neurosurgeries. The proposed Leica OH4TV system possesses brilliant Swiss optics, deeper focus, brighter light and the longest working distance available. It incorporates a beneficial teaching tool which allows fellows, residents and nurses to have a 3D view of the main surgeon operating through a viewing system. It records the procedure in 3D, which has
January 2014 PHT Board of Trustees 3
SECTION V (cont’d.) become the standard in case presentations at conferences. The OH4TV provides the most overhead room and the longest reach of any surgical microscope on the market today, allowing it to be conveniently located behind the surgeon in a unique overhead position, or easily positioned anywhere around or across the operating table. With this additional tool, JMH will also be able to provide a new dimension in surgical education, as three-dimensional visualization of anatomical structures improves understanding of complex cases and increases knowledge retention. JMH surgeons will be able to quickly & easily edit their surgeries with built-in “TrueEdit” software and then present their work in 3D at conferences. This capability will enhance the caliber of JMH’s teaching program. Patients can benefit from “Integrated 3D”, because 3D inside the scope means no extra cart, no external cables and no interruption in workflow. The compact integrated 3D system saves space in the OR and all functions are seamlessly integrated into the microscope hand controls to be operated by the surgeon through the sterile drape. ECRI confirmed that the Leica system is the only one on the market today with the 3D option, and the Leica Smart 3D is presently the only software-based 3D platform that will allow for easy upgrades. Upgrading the system with surgical guidance applications is an opportunity moving forward with additional investment and would provide significant savings in the future. Recommendation The Perioperative Department has determined that it would be in the best interest of the Trust to secure the additional system from Leica and maintain the same standard throughout. Adding this product would eliminate the need for surgeons to use a subpar microscope. Having this system available would mean a reduction in surgery time and inherent surgery risks. The system will be covered initially by the manufacturer’s one-year warranty, after which it will be added to the existing biomedical maintenance program. The equipment is being provided to the Trust for $318,036. List price for the equipment is $372,718. The vendor provided a discount in the amount of $37,417 to the Trust, in addition to which Procurement negotiated a reduction of $17,265 based on ECRI’s and MD Buyline’s price analyses recommendation. The total savings provided to the Trust translates to $54,682. A Physician Preference bid waiver justification has been provided and Conflict of Interest declarations signed by Fernando Garcia, Administrator, Perioperative Services, Dr. Barth Green, M.D., Professor and Chairman, Department of Neurological Surgery, and Ian Prichett, Sales Representative, Leica. (A. Contreras).
C. Standardization Items in this category have been established as the Trust standard. No items to report. D. Non-Competitive Cooperative Purchasing
January 2014 PHT Board of Trustees 4
SECTION V (cont’d.) This subsection consists of awards under the contracts of other public entities that were not competitively solicited. No items to report. E. Miscellaneous Bid Waiver 2. (607445-PE) The Supply Chain Management Department requests a renewal contract for the continuation of our Radio Frequency Identification (RFID) Asset Tracking system used to track and manage assets in real time throughout Jackson Health System (ongoing purchase). Awarepoint Corporation: $294,428/Yr Total approved funding: $1,472,140 (For five years) Background The Awarepoint solution was originally solicited via a competitive process for research and subsequently approved by the PHT Board as a bid waiver. The system is a patented asset tracking technology developed exclusively for the healthcare industry. The first five-year cost approved in September 2008 was $2,777,924 versus $1,472,140 for a savings of $1,305,789. The solution is used to track and manage equipment inventory throughout the Health System. This product currently includes the full deployment of 15,000 tags with no disruption to patients and hospital staff. The tags are used also to record temperatures in refrigerators, warmers and IT applications. Awarepoint offers the only remote tracking locator system (“RTLS”) in today’s market with a non-invasive deployment technology. The solution is based on the Zigbee wireless technology, based on the IEEE 802.15.4 standard protocol and provides compliance with the Joint Commission, CMS and AHCA requirements. Awarepoint holds 26 patents associated with the use of Zigbee technology and its application in the healthcare environment. No other provider can legally provide this type of RTLS functionality within Healthcare on a Zigbee platform. This RFID-RTLS is fully maintained by the vendor. The system is also able to track patients and staff as well as monitor hand hygiene. However, the current install is not set up for this today and can be an opportunity moving forward with additional investment. Towards this end, vendor will be providing software for new asset tracking and patient/staff tracking platforms at no additional cost. The RFID Asset Tracking System allows for equipment to be “tagged” and continuously “tracked” in real time using a proprietary network. Equipment movement is actively monitored with the use of a web-based computer, thus reducing the amount of shrinkage. The system is configured to automatically send electronic alarms in the event the particular equipment exits its predefined area of operation. Without the use of this solution, employees would have to invest time in physically searching for equipment by going from building to building and floor by floor. In addition, temperature tracking would need to be manually done on paper. The Biomed Department would have to search for pieces of
January 2014 PHT Board of Trustees 5
SECTION V (cont’d.) equipment that require maintenance or are on recall, and staff would continue hoarding equipment, as was the case prior to this tracking solution. Recommendation Based on thorough cost and efficiency evaluation, it has been determined that it would be in the best interest of the Trust to continue at this time with the services of Awarepoint with the proposed significant reduction from original contract price. The costs included in this renewal are for: (1) One dedicated onsite FTE position; (2) locating hardware; (3) software installation (includes end user training); (4) required National Institute of Standards and Technology (NIST) certification and (5) maintenance and support services. According to MDBuyline and ECRI, the vendor has provided very substantial concessions for fair and competitive pricing. The costs for the initial term of this agreement are as follows:
• Recurring service fee $ 1,124,790 • Hardware (tags & sensors) $ 267,750
Sub Total (initial 5 yr. term) $ 1,392,540
• New tag installation $ 79,600 (one-time fee)
Total Costs: $1,472,140/5 yrs. The corresponding Return on Investment (ROI) analysis is very strong, demonstrating benefits with productivity, asset visibility, customer satisfaction, patient safety and regulatory compliance. The contract can be terminated by the Trust for convenience with a thirty (30) day notice and includes OIG and UAP provisions. Evaluation of the vendor’s performance during the current contract year demonstrates the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is above standard: • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service
January 2014 PHT Board of Trustees 6
SECTION V (cont’d.)
o Vendor has demonstrated consistent responsiveness to all requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Supply Chain Management Department and Information Technology Department have recommended the continuation of this contracted service. (R. Costanzo/M. Garcia). SECTION VI. OPTIONS-TO-RENEW AND CONTRACT MODIFICATIONS FOR CONTRACTS THAT WERE COMPETITIVELY SOLICITED This section refers to existing contracts that were competitively bid (“ITB” or “RFP”) at their origin and consists of either (a) the exercise of established options to renew or (b) the execution of contract modifications for which the Procurement Policy requires prior Board approval. 3. (625881, 625123, 625126, 626782, 628809, 628813-MAM) The Revenue Cycle Division, requests approval to exercise the first one-year option to renew the competitively awarded Collection Agency Services contracts awarded pursuant to RFP No. 10-5282 (ongoing purchase).
Collection Agencies:
Firstsource Advantage: $6,400,000
(For one year)
Broward Adjustment Services: $1,287,500 (For one year)
SSI Group: $1,200,000 (For one year)
NCO Financial System: $ 87,500 (For one year)
Chapin Revenue Cycle Management $2,800,000 (For one year)
Total Approved Funding: $11,775,000
Background Broward Adjustment Services, Chapin Revenue Cycle Management, Firstsource Advantage (formerly Med Assist), NCO Financial Systems, and the SSI Group were each awarded a contract by the FRB in October of 2010 pursuant to RFP No. 10-5258 for Collection Agency Services. At that time the Board requested that each category be
January 2014 PHT Board of Trustees 7
SECTION VI (cont’d.) divided between two vendors because of the high volume of work. Additional awards were made by the Board in December 2010 to Broward Adjustment Services, Firstsource Advantage (formerly Med Assist), Anthelio PHNS, MedAssets, NCO Financial Systems, Chapin Revenue Cycle Management and Vaughn Holland Consulting. The initial terms of these agreements are 3-years with effective dates of October 18, 2010 to October 17, 2013 and February 25, 2011 to February 24, 2014, respectively. Each award includes Two Options to Renew (OTRs) of one year each. In October 2013, the contracts awarded in 2010 were extended to coincide with the expiration of those that began in February 2011. Therefore, both sets will expire in February 2014. In addition, the Vaughn Holland Consulting, MedAssets and Anthelio PHNS contracts were terminated and the remaining vendors in those respective categories assumed their duties. The table below demonstrates the breakdown of services and allocation of funding among the Agencies.
Category Description Original Annual Award Amount/Date
Requested Amount
under this OTR
Awarded Vendors
B Low Dollar/High Volume OP Insurance
Account Follow-Up – Award A – M Alpha Accounts.
Cap - $600K/yr Fee – 7.25% Legal – N/A
Awarded: 10/25/2010
$1,000,000/yr Firstsource Advantage
REQ# 625123
B Low Dollar/High Volume OP Insurance
Account Follow-Up – Award N – Z Alpha Accounts.
Cap - $600K/yr Fee – 7.25% Legal – N/A
Awarded: 12/27/2010
$1,000,000/yr
Firstsource Advantage (Previously awarded to Anthelio-
PHNS) REQ# 625123
C Patient Self Pay After Insurance Bad Debt – Commercial and Medicare –
Award A – M Alpha Accounts.
Cap - $1.2M/yr Fee – 6.5% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr Firstsource Advantage
REQ# 625126
C Patient Self Pay After Insurance Bad Debt – Commercial and Medicare –
Award N – Z Alpha Accounts.
Cap - $1.2M/yr Fee – 6.5%
Legal – Not quoted Awarded: 10/25/2010
$1,200,000/yr Broward Adjustment REQ# 625126
D Patient Self Pay Bad Debt Collections – Primary Placement – Award A – M
Alpha Accounts.
Cap - $1.2Mk/yr Fee – 9.47% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr Firstsource Advantage
REQ# 625126
D Patient Self Pay Bad Debt Collections – Primary Placement – Award N – Z
Alpha Accounts.
Cap - $1.2Mk/yr Fee – 9.47% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr SSI Group REQ# 626782
F Professional Services Bad Debt –
Award 1-Vendor – Award A – M Alpha Accounts.
Cap - $87.5k/yr Fee – 17.35% Legal – N/A
Awarded: 12/27/2010
$87,500/yr NCO Financial
Systems REQ# 628813
F Professional Services Bad Debt –
Award 1-Vendor – Award N – Z Alpha Accounts.
Cap - $87.5k/yr Fee – 17.35% Legal – N/A
Awarded: 12/27/2010
$87,500/yr Broward Adjustment REQ# 628809
G
-0- Balance Review and Audit Services for Underpayment and Contract
Compliance – Award A – M Alpha Accounts. Specialized Vendor
Required (Audit of payer contract terms)
Cap - $1.4M/yr Fee – 22%>$10k Fee – 29%<$10k
Legal – N/A Awarded: 12/27/2010
$1,400.000/yr Chapin Revenue Cycle
Mgmt. REQ# 625881
January 2014 PHT Board of Trustees 8
SECTION VI (cont’d.)
Recommendation The Revenue Cycle Division is requesting that the Board approves the first one-year OTR under these contracts and funding to continue the collection services being provided. The requested dollars represent the annually awarded amount in each category.
The original contract was reviewed and approved by the County Attorney’s Office for legal sufficiency and by Risk as to Insurance and Indemnification. The contracts can be terminated for convenience with a sixty (60) day notice and include UAP and OIG provisions. In providing an evaluation of each vendor’s performance during the current contract year, the Revenue Cycle Division has reported the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is good: • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Revenue Cycle Division has recommended the continuation of this contracted service. ECRI and MD Buyline do not track these services. (C. Pla).
G
-0- Balance Review and Audit Services for Underpayment and Contract
Compliance – Award N – Z Alpha Accounts. (Audit of payer contract
terms)
Cap - $1.4M/yr Fee – 22%>$10k Fee – 29%<$10k
Legal – N/A Awarded: 12/27/2010
$1,400.000/yr
Chapin Revenue Cycle
Mgmt. (Previously awarded
to VH Consulting) REQ# 625881
H
Inpatient Insurance accounts greater than 90 Days
– Award A – M Alpha Accounts. (High Balance Insurance
Accounts Follow-up)
Cap - $1.4M/yr Fee – 4.25% Legal – 15%
Awarded: 10/25/2010
$1,000,000/yr Firstsource Advantage
REQ# 625123
H
Inpatient Insurance accounts greater than 90 Days
– Award N – Z Alpha Accounts. (High Balance Insurance
Accounts Follow-up)
Cap - $1.4M/yr Fee – 4.25% Legal – 15%
Awarded: 12/27/2010
$1,000,000/yr
FirstSource Advantage
(Previously awarded to MedAssets) REQ# 625123
January 2014 PHT Board of Trustees 9
SECTION VI (cont’d.) 4. (621489-MAM) The Revenue Cycle Division, requests approval to exercise the second Option to Renew (OTR) of the existing Sykes Enterprises, Inc. contract for “Call Center and Centralized Scheduling” services pursuant to competitively awarded RFP No. 06-5182 (ongoing purchase).
Sykes Enterprises Incorporated:
This request for funding: $13,400,000
Total approved funding: $13,400,000 (For two years) Background In June 2008, the Board approved a competitive contract award in the amount of $5,242,759 to the ICT Group for an initial three-year term, plus three two-year Options to Renew (OTRs) for call center and centralized scheduling services for the Revenue Cycle Division. Then, on February 2, 2010, the ICT Group merged into Sykes Acquisitions, LLC, and Sykes assumed the responsibilities of the ICT Group under this agreement. Subsequently, in May 2010, the Board approved the amount of $8,232,304 to be added to the contract. This was necessitated by increased call volume and new service features under the contract. Based on the information that was available in Jackson’s legacy systems and processes at the time, the initial award projected 215,000 calls per year. However, given the success of the call center service and continuous process improvements, the call volume more than doubled. In FY2013 the total call volume was 985,643. This increase in volume also realized a reduction in the average price per call. Modifications 2 and 3 also added the amount of $846,544 under CPO authority and in January of 2012, the PHT approved $13.4M for the first OTR of two years, which will expire on January 31, 2014.
Recommendation
This request for funding will exercise the second OTR for a two-year period to continue the call center services provided under this contract.
The original contract was reviewed and approved by the County Attorney’s Office for legal sufficiency and by Risk as to insurance and indemnification. This contract can be terminated for convenience with a ninety (90) day notice and includes UAP and OIG provisions. In providing an evaluation of Chapin Revenue Cycle Management’s performance during the current contract year, the Revenue Cycle Division has reported the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
January 2014 PHT Board of Trustees 10
SECTION VI (cont’d.)
• The overall service is good. • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Revenue Cycle Division has recommended the continuation of this contracted service. ECRI and MD Buyline do not track these services. (C. Pla).
SECTION VII. OPTIONS-TO-RENEW AND CONTRACT MODIFICATIONS FOR CONTRACTS THAT WERE AWARDED UNDER A WAIVER OF FORMAL COMPETITION This section refers to existing contracts that were not competitively bid at their origin and consists of either (a) the exercise of established options-to renew or (b) the execution of contract modifications for which the Procurement Policy requires prior Board approval. All contracts in this section are renewals not previously authorized by the Board have the written approval of the President, are based on a finding that the waiver of full and competitive bidding is in the best interest of the Public Health Trust, and require a two-thirds affirmative vote of the Trustees present for approval. No items to report. SECTION VIII. MISCELLANEOUS This section consists of procurement actions that require Board approval not included under any other section of the Purchasing Report. No items to report.
3. Resolutions Recommended To Be Forwarded to the PHT Board of Trustees
TO: Mojdeh L. Khaghan, Chairwoman
and Members, Fiscal Committee FROM: Paul Marineau, Executive Director
Division of Managed Care and JMH Health Plan DATE: January 15, 2014 RE: HMO License and HMO Health Care Provider Certificate Recommendation It is recommended that the Public Health Trust Board of Trustees approve the resolution to voluntarily relinquish the JMH Health Plan’s Health Maintenance Organization (HMO) License and HMO Health Care Provider Certificate to the State of Florida. The resolution authorizes the President and Chief Executive Officer, or his designee, to take all actions necessary to implement the resolution. Scope The proposed resolution allows for the orderly termination of the activities and responsibilities of the JMH Health Plan. Due to regulatory requirements – primarily allowing sufficient time for all medical claims liabilities to be processed – the actual dissolution of the HMO will take approximately two years. Official relinquishment of the license and certificate is estimated to occur with the statutory report filing of the JMH Health Plan’s final audited financial statements for the 2016 calendar year. Fiscal Impact/Funding Source All funding sources and lines of business activities associated with the HMO are in the process of orderly termination. The state’s Managed Medical Assistance program is resulting in the transition of 52,000 health plan members covered under our Prepaid Mental Health Program into Medicaid HMOs effective July 1, 2014 . As a result of the federal Affordable Care Act, the 12 remaining Commercial product members will move to federally approved insurance carriers by the end of May, 2014. Approval of this resolution will have no material impact on the JMH Health Plan’s budget, which was adopted as part of Jackson Health System’s overall FY 2013-14 operating budget. Track Record/Monitor The Executive Director for the JMH Health Plan, Paul Marineau, will be responsible for implementing the appropriate steps needed to voluntarily relinquish the HMO license to the Florida Office of Insurance Regulation and the HMO health care provider certificate to the Florida Agency for Health Care Administration. Specific action plans have been developed to allow for a smooth and orderly transition for the plan’s members.
Agenda Item 3 (a) Fiscal Committee
January 15, 2014
RESOLUTION NO. PHT 01/14 –
RESOLUTION APPROVING THE JMH HEALTH PLAN’S IMPLEMENTATION OF THE VOLUNTARY RELINQUISHMENT TO THE STATE OF FLORIDA THE PUBLIC HEALTH TRUST’S HEALTH MAINTENANCE ORGANIZATION LICENSE AND HEALTH MAINTENANCE ORGANIZATION HEALTH CARE PROVIDER CERTIFICATE
(Paul Marineau, Executive Director, Division of Managed Care and JMH Health Plan, Jackson Health System)
WHEREAS, the Public Health Trust of Miami-Dade County, Florida (“Trust”) holds a Health
Maintenance Organization (HMO) License and a Health Maintenance Organization Health Care Provider Certificate
in the State of Florida; and
WHEREAS, the Trust operates the HMO as the JMH Health Plan; and
WHEREAS, the JMH Health Plan is required to notify the State of Florida Office of Insurance Regulation
and the State of Florida Agency for Health Care Administration of its intent to voluntarily relinquish the health
maintenance organization license and the health maintenance organization healthcare provider certificate to be in
compliance with applicable state regulatory requirements; and
WHEREAS, the President and Chief Executive Officer of the Public Health Trust has determined that it is
in the best interest of the Public Health Trust to approve the voluntarily relinquishment of the health maintenance
organization license and the health maintenance organization healthcare provider certificate; and
WHEREAS, the President and Chief Executive Officer of the Public Health Trust recommends the actions
described herein; and
WHEREAS, the Public Health Trust Board of Trustees desires to accomplish the purposes outlined in this
Resolution finds that the actions described herein are in the best interest of the Trust and the community it serves.
Agenda Item 3 (a) Fiscal Committee
January 15, 2014
-Page 2-
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby approves the voluntary relinquishment of
the health maintenance organization license and health maintenance organization healthcare provider certificate to
the State of Florida and authorizes and directs the President and Chief Executive Officer of the Trust, or his
designee, to take all actions necessary to implement the same.
TO: Mojdeh L. Khaghan, Chairwoman
and Members, Fiscal Committee FROM: Mark T. Knight, Executive Vice President and Chief Financial Officer DATE: January 15, 2014 RE: Anthony D. Hall, CPA, PA regarding Cost Report 2007 Recommendation That this Board hereby authorizes and approves the waiver of formal competition and execution of a contract with Anthony D. Hall, CPA, PA in an amount not to exceed $12,500,000 for Cost Report Recovery Consulting Services for 2007 Medicare and Medicaid Cost Reports, in which Anthony D. Hall, CPA, PA has identified $50,000,000 in reimbursement to Jackson Health System.
Background
The purpose of this Resolution is to seek the Board’s approval to engage Anthony D. Hall, CPA, PA to re-open the 2007 Medicare and Medicaid Cost Reports. A preliminary review of the identified issues in the 2007 Medicare and Medicaid Cost Reports indicates potential upside opportunity of $50,000,000 for Jackson Health System.
The intended arrangement with the consultant has a contingency fee model at 25% of actual funds recovered through the engagement; not to exceed $12,500,000. No fee will be paid if the efforts are unsuccessful. Anthony D. Hall has previously submitted Medicare and Medicaid Cost Reports on behalf of Jackson Health System recovering in excess of $21 million dollars.
Agenda Item 3 (b) Fiscal Committee January 15, 2014
RESOLUTION NO. PHT 1/14 –
RESOLUTION AUTHORIZING AND APPROVING A WAIVER OF FORMAL COMPETITION AND EXECUTION OF A CONTRACT WITH ANTHONY D. HALL, CPA, PA, IN AN AMOUNT NOT TO EXCEED $12,500,000 FOR COST REPORT RECOVERY CONSULTING SERVICES FOR THE 2007 MEDICARE AND MEDICAID COST REPORTS, IN WHICH ANTHONY D. HALL, CPA, PA HAS IDENTIFIED UP TO $50,000,000 IN POTENTIAL ADDITIONAL REIMBURSEMENT TO JACKSON HEALTH SYSTEM
(Mark T. Knight, Executive Vice President and Chief Financial Officer, Jackson Health System)
WHEREAS, the Public Health Trust (the “Trust”) seeks to accomplish the purposes set forth in the
accompanying memorandum which is attached hereto and made a part hereof; and
WHEREAS, the President recommends and this Board finds that the actions described herein are in the best
interest of the Trust and the President and Fiscal Committee recommend approval of the actions described herein.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby authorizes and approves a waiver of
formal competition and execution of a contract with Anthony D. Hall CPA, PA, in the amount not to exceed
$12,500,000 for Cost Report Recovery Consulting Services for the 2007 Medicare and Medicaid Cost Reports, in
which Anthony D. Hall, CPA, PA has identified $50,000,000 in potential additional reimbursement to Jackson
Health System.
TO: Joe Arriola, Vice Chairman and Members of the Fiscal Committee FROM: Mark T. Knight, Executive Vice President and Chief Financial Officer DATE: January 15, 2014 RE: Authorization for Mojdeh L. Khaghan, Treasurer of the Public Health Trust Board of Trustees and
Chairperson of the Fiscal Committee, as signatory on all PHT Disbursement Bank Accounts Recommendation That this Board hereby designates Mojdeh L. Khaghan, Treasurer of the Public Health Trust Board of Trustees and Chairperson of the Fiscal Committee, as signatory on all PHT disbursement bank accounts.
Scope
The Trust has various bank accounts and has designated individuals as authorized signatories for said bank accounts.
Fiscal Impact/Funding Source
There is no direct fiscal impact to correcting and/or updating disbursement bank account signatory authority.
Tracking Record/Monitor
The resolution provides legislative intent that this signatory authority would lie with the current Treasurer of the Public Health Trust Board of Trustees and Chairperson of the Fiscal Committee for the Public Health Trust of Miami-Dade County, Florida.
Agenda Item 3 (c) Fiscal Committee January15, 2014
RESOLUTION NO. PHT 1/14 –
RESOLUTION AUTHORIZING AND APPROVING MOJDEH L. KHAGHAN TREASURER OF THE PUBLIC HEALTH TRUST BOARD OF TRUSTEES AND CHAIRPERSON OF THE FISCAL COMMITTEE, AS AN OFFICIAL SIGNATORY ON ALL PUBLIC HEALTH TRUST DISBURSEMENT BANK ACCOUNTS
(Mark T. Knight, Executive Vice President and Chief Financial Officer, Jackson Health System)
WHEREAS, the Public Health Trust (the “Trust”) has various bank accounts and has designated
individuals as authorized signatories for said accounts; and
WHEREAS, Trustee Mojdeh L. Khaghan is the Treasurer of the Public Health Trust Board of Trustees and
in accordance with Trust Bylaws, Chairperson of the Fiscal Committee; and
WHEREAS, the President recommends that Mojdeh L. Khaghan be designated as an official signatory on
disbursement bank accounts.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby authorizes and approves Mojdeh L.
Khaghan, Treasurer and Chairperson of the Fiscal Committee, as an official signatory on Public Health Trust
disbursement bank accounts.
TO: Marcos Lapciuc, Chairman
and Members, Purchasing & Facilities Subcommittee FROM: Madeline Valdes
Corporate Director, Property Management DATE: January 15, 2014 RE: JNMC Helipad Total Project Budget Increase Recommendation Staff requests authorization for the Public Health Trust Board of Trustees to increase the project budget authorized under Resolution No. PHT 11/12-088 by $170,000 for the design, permitting, and construction of a new Level II Trauma Center at Jackson North Medical Center. Scope The project encompasses Jackson North Medical Center’s helipad relocation and planned trauma resuscitation operating room area. Fiscal Impact/Funding Source The project is funded by capital contributions from operating surpluses and proceeds from 2005 Revenue Bonds. If this resolution is approved, the total project budget would be $1,170,000 in FY 2013-14. Track Record/Monitor The Capital Projects Department will track and monitor the responsibilities and obligations set forth in the construction contract. Background On February 27, 2012, the Board approved Resolution No. PHT 2/12-013 authorizing the President and Chief Executive Officer to take actions as necessary to extend trauma medicine services to Jackson South Community Hospital and/or Jackson North Medical Center. The Board subsequently approved Resolution No. PHT 11/12-088, authorizing the expenditure of $1,000,000 for developing the design, permitting and construction at Jackson North. Following adoption of the budget, the project scope was modified to include the trauma resuscitation operating room area. Additionally, meetings with residents neighboring Jackson North resulted in additional changes with a net increase in cost. Finally, negotiations to secure a contractor for this project allowed Jackson to retain an approved National Joint Powers Alliance (NJPA) contractor – this included an additional 6 percent fee but allows the project to proceed on an expedited schedule. These three factors were the primary reasons that the original 15 percent contingency was exhausted, prompting this recommendation to increase the total project budget.
Agenda Item 3 (b) Facilities and Purchasing Subcommittee January 15, 2014
RESOLUTION NO. PHT 01/14– RESOLUTION AUTHORIZING THE PRESIDENT OR HIS DESIGNEE TO INCREASE THE BUDGET AUTHORIZED UNDER RESOLUTION NO. PHT 11/12-088 BY ONE HUNDRED SEVENTY THOUSAND DOLLARS ($170,000.00) FOR THE DESIGN, PERMITTING, AND CONSTRUCTION OF A NEW LEVEL II TRAUMA CENTER AT JACKSON NORTH MEDICAL CENTER FOR A TOTAL BUDGET AMOUNT NOT TO EXCEED ONE MILLION ONE HUNDRED SEVENTY THOUSAND DOLLARS ($1,170,000) FROM THE CAPITAL CONTRIBUTIONS AND PROCEEDS FROM 2005 REVENUE BONDS IN FISCAL YEARS 2013-2014. (Madeline Valdes, Corporate Director, Property Management Division, Jackson Health System)
WHEREAS, this Board seeks to accomplish the purposes set forth in the attached memorandum;
and
WHEREAS, the President, Purchasing and Facilities Subcommittee and Fiscal Committee recommend
approval.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby authorizes the President or his designee
to increase the budget authorized under Resolution No. PHT 11/12-088 by One Hundred Seventy Thousand
Dollars ($170,000.00) for the design, permitting, and construction of a new Level II Trauma Center at Jackson
North Medical Center for a total budget amount of One Million One Hundred Seventy Thousand Dollars
($1,170,000) from capital contributions and proceeds from 2005 Revenue Bonds in Fiscal Years 2013-2014, in
accordance with the recommendation set forth in the agenda item attached hereto and incorporated herein by
reference.
FACILITIES SUBCOMMITTEE 01-15-2014 FISCAL COMMITTEE 01-15-2014
REQUEST Staff requests authorization for the President or his designee to be granted authorization to increase the Project budget authorized under Resolution No. PHT 11/12-088 in the amount of One Hundred Seventy Thousand Dollars ($170,000.00) for the design, permitting, and construction of a new Level II Trauma Center at Jackson North Medical Center for a total budget amount of One Million One Hundred Seventy Thousand Dollars ($1,170,000) from the Capital Contributions budget for Fiscal Years 2013-2014. BACKGROUND On February 27, 2012 as part of the President’s Report regarding the actions necessary to extend trauma medical services for Jackson South Community Hospital and Jackson North Medical Center, the board approved a Resolution No. PHT 2/12-013 authorizing the President and Chief Executive Officer of the PHT to take actions as are necessary to extend Trauma Medicine Services to Jackson South Community Hospital and/or Jackson North Medical Center. The Scope of Work was developed for purposes of estimating costs total project costs for board approval. In order to move forward with developing a design that was later submitted for permitting, it was necessary for the board to approve Resolution No. PHT 11/12-088 authorizing the expenditure of One Million Dollars ($1,000,000) from Capital Contributions budget for Year 2013. During the final contract negotiations with the approved NJPA contractor, additional funds were required for contingency, an expedited schedule and for any unforeseen conditions. RECOMMENDATION We concur with staff’s recommendation to authorize the President or his designee to be granted authorization to increase the Project budget authorized under Resolution No. PHT 11/12-088 in the amount of One Hundred Seventy Thousand Dollars ($170,000.00) for the design, permitting, and construction of a new Level II Trauma Center at Jackson North Medical Center for a total budget amount of One Million One Hundred Seventy Thousand Dollars ($1,170,000) from the Capital Contributions budget for Fiscal Years 2013-2014.
TO: Marcos J. Lapciuc, Chairman and Members, Purchasing and Facilities Subcommittee FROM: Rosa Costanzo Strategic Sourcing and Supply Chain Management & Chief Procurement Officer DATE: January 15, 2014 RE: Purchasing Report Recommendation The following recommendations are made in accordance with the Trust’s “Procurement Regulation.” These items fully support our business operations and help the organization in its efforts to provide an excellent world class patient experience. Scope This report includes competitively solicited contract awards over $3,000,000, waivers of formal competition over $250,000 and other categories for Board approval as prescribed by the Procurement Regulation. Fiscal Impact/Funding Source The items included are part of the Trust’s budget. Track Record/Monitor The Procurement Management Department along with the user departments and leadership support, will track and monitor the responsibilities and obligations set forth in the contracts. Background The entire report has been vetted and assembled by the Procurement Management Department with the direct participation of the Director and staff, all subject to review by the Chief Procurement Officer, consultation with the Executive Staff and the President, and reviewed for legal sufficiency by the County Attorney’s Office. Request is made for approval of the Purchasing Report, consisting of the following:
Vendor Amount Leica Microsystems, Inc. / DB Surgical, Inc. $318,036 Awarepoint Corporation $1,472,140 Collection Agencies $11,775,000 Sykes Enterprises Incorporated $13,400,000
Procurement completed an orderly administrative process with each item to bring the best value (cost, quality, and outcome) with each project.
Agenda Item 3 (e)
Fiscal Committee January 15, 2014
RESOLUTION NO. PHT 1/14 – RESOLUTION AUTHORIZING AND APPROVING AWARD OF BIDS AND PROPOSALS, WAIVER OF BIDS, AND OTHER PURCHASING ACTIONS FOR JANUARY 2014, IN ACCORDANCE WITH THE PUBLIC HEALTH TRUST’S PROCUREMENT POLICY, RESOLUTION NO. PHT 10/12-078
(Rosa Costanzo, Vice President and Chief Procurement Officer,
Strategic Sourcing and Supply Chain Management Division, Jackson Health System)
WHEREAS, bids and proposals were solicited, received and reviewed by staff; and
WHEREAS, the Purchasing and Facilities Subcommittee met on January 15, 2014 and reviewed staff’s
recommendations as submitted under the PHT’s Procurement Policy, Resolution No. PHT 10/12-078; and
WHEREAS, the Purchasing and Facilities Subcommittee forwarded the Purchasing Report to the Fiscal
Committee with a recommendation for approval for each item under the report, which is attached hereto and hereby
incorporated by reference; and
WHEREAS, upon his written recommendation, the President recommends that the Public Health Trust
Board of Trustees (Board of Trustees) waive competitive bidding for items under the heading of “Bid Waiver” and
“Waiver of Full and Competitive Bidding” in the respective Purchasing Report, finding such action to be in the best
interests of the Public Health Trust; and
WHEREAS, the President and Fiscal Committee recommend various other purchasing actions, as indicated
in the attached Purchasing Report.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby authorizes and approves the award of
bids and proposals and all the purchasing actions as set forth in the attached Purchasing Report, under the Public
Health Trust’s Procurement Policy, Resolution No. PHT 10/12-078; and finds it in the best interest of the Public
Health Trust to waive competitive bidding for those items listed under the heading “Bid Waiver” and “Waiver of
Full and Competitive Bidding” in the respective report; and to take such action as is necessary and authorized to
implement these awards and actions.
PUBLIC HEALTH TRUST BOARD OF TRUSTEES PURCHASING REPORT
January 15, 2014
TO: PUBLIC HEALTH TRUST BOARD OF TRUSTEES FROM: PROCUREMENT MANAGEMENT DEPARTMENT The following recommendations are made in accordance with the Trust’s “Procurement Policy” and it’s implementing “Procurement Regulation.” This report includes competitively solicited contract awards over $3,000,000, waivers of formal competition over $250,000 and other categories for Board approval as prescribed by the Procurement Regulation. The entire report has been screened and assembled by the Procurement Management Department with the direct participation of the Director and staff, all subject to review by the Chief Procurement Officer, consultation with the Executive Staff and the President, and reviewed for legal sufficiency by the County Attorney’s Office. SECTION I. AWARDS UNDER INVITATIONS TO BID (ITB’s) This section consists of awards under competitively solicited Invitations to Bid (ITB’s) over $3,000,000. No items to report. SECTION II. AWARDS UNDER REQUESTS FOR PROPOSALS (RFP’s) This section consists of awards under competitively solicited Requests for Proposals (RFP’s) over $3,000,000. No items to report. SECTION III. AWARDS UNDER THE COMPETITIVELY SOLICITED CONTRACTS OF OTHER PUBLIC PROCUREMENT ENTITIES This section consists of awards over $3,000,000 under competitively solicited (“ITB,” “RFP” or equivalent) contracts of other public and nonprofit entities. No items to report.
SECTION IV. AWARDS UNDER GROUP PURCHASING ORGANIZATION (“GPO”) CONTRACTS This section consists of awards over $3,000,000 under Group Purchasing Organization (“GPO”) contracts. GPOs are organizations that aggregate the purchasing volume of their members consisting of hospitals and other health care providers to leverage discounts with manufacturers, distributors and other vendors to realize administrative savings and efficiencies. The Trust’s GPO is MedAssets. No items to report. SECTION V. AWARDS UNDER A WAIVER OF FORMAL COMPETITION
This section consists of awards over $250,000 without the formal solicitation of competitive bids or proposals. All award recommendations in this section have the approval of the President, are based on a finding that the waiver of competitive bidding is in the best interests of the Public Health Trust, and require a two-thirds affirmative vote of the Trustees present for approval. A. Sole Source
No items to report. B. Physician’s Preference Staff requests a waiver of formal competition for the contract items listed in this category because a physician and clinician have requested the particular item without which the physician and clinician cannot successfully and safely render patient care. 1. (CA-9005191-EH) The Perioperative Services Department is requesting the acquisition of a Leica Microscope, Light Operating M525 OH4 400W FL with 3D System to be utilized for neurosurgeries. Leica Microsystems, Inc. / DB Surgical, Inc.: One time purchase: $318,036 Total approved funding: $318,036 Background
The Leica Surgical OH4TV Microscope System will replace the existing twenty-year old OHS Microscope as well as enhance the utilization of the functioning OH4 400W presently being used for visualization, location, placement and navigation during neurosurgeries. The proposed Leica OH4TV system possesses brilliant Swiss optics, deeper focus, brighter light and the longest working distance available. It incorporates a beneficial teaching tool which allows fellows, residents and nurses to have a 3D view of the main surgeon operating through a viewing system. It records the procedure in 3D, which has become the standard in case presentations at conferences. The OH4TV provides the most overhead room and the longest reach of any surgical microscope on the market today, allowing it to be conveniently located behind the surgeon in a unique overhead position, or easily positioned anywhere around or across the operating table. With this additional tool, JMH will also be able to provide a new dimension in surgical education, as three-dimensional visualization of anatomical structures improves understanding of complex cases and increases knowledge retention. JMH surgeons will be able to quickly & easily edit their surgeries with built-in “TrueEdit” software and then present their work in 3D at conferences. This capability will enhance the caliber of JMH’s teaching program. Patients can benefit from “Integrated 3D”, because 3D inside the scope means no extra cart, no external cables and no interruption in workflow. The compact integrated 3D system saves space in the OR and all functions are seamlessly integrated into the microscope hand controls to be operated by the surgeon through the sterile drape. ECRI confirmed that the Leica system is the only one on the market today with the 3D option, and the Leica Smart 3D is presently the only software-based 3D platform that will allow for easy upgrades. Upgrading the system with surgical guidance applications is an opportunity moving forward with additional investment and would provide significant savings in the future. Recommendation The Perioperative Department has determined that it would be in the best interest of the Trust to secure the additional system from Leica and maintain the same standard throughout. Adding this product would eliminate the need for surgeons to use a subpar microscope. Having this system available would mean a reduction in surgery time and inherent surgery risks. The system will be covered initially by the manufacturer’s one-year warranty, after which it will be added to the existing biomedical maintenance program. The equipment is being provided to the Trust for $318,036. List price for the equipment is $372,718. The vendor provided a discount in the amount of $37,417 to the Trust, in addition to which Procurement negotiated a reduction of $17,265 based on ECRI’s and MD Buyline’s price analyses recommendation. The total savings provided to the Trust translates to $54,682. A Physician Preference bid waiver justification has been provided and Conflict of Interest declarations signed by Fernando Garcia, Administrator, Perioperative Services, Dr. Barth Green, M.D., Professor and Chairman, Department of Neurological Surgery, and Ian Prichett, Sales Representative, Leica. (A. Contreras).
C. Standardization Items in this category have been established as the Trust standard.
No items to report. D. Non-Competitive Cooperative Purchasing This subsection consists of awards under the contracts of other public entities that were not competitively solicited. No items to report. E. Miscellaneous Bid Waiver 2. (607445-PE) The Supply Chain Management Department requests a renewal contract for the continuation of our Radio Frequency Identification (RFID) Asset Tracking system used to track and manage assets in real time throughout Jackson Health System (ongoing purchase). Awarepoint Corporation: $294,428/Yr Total approved funding: $1,472,140 (For five years) Background The Awarepoint solution was originally solicited via a competitive process for research and subsequently approved by the PHT Board as a bid waiver. The system is a patented asset tracking technology developed exclusively for the healthcare industry. The first five-year cost approved in September 2008 was $2,777,924 versus $1,472,140 for a savings of $1,305,789. The solution is used to track and manage equipment inventory throughout the Health System. This product currently includes the full deployment of 15,000 tags with no disruption to patients and hospital staff. The tags are used also to record temperatures in refrigerators, warmers and IT applications. Awarepoint offers the only remote tracking locator system (“RTLS”) in today’s market with a non-invasive deployment technology. The solution is based on the Zigbee wireless technology, based on the IEEE 802.15.4 standard protocol and provides compliance with the Joint Commission, CMS and AHCA requirements. Awarepoint holds 26 patents associated with the use of Zigbee technology and its application in the healthcare environment. No other provider can legally provide this type of RTLS functionality within Healthcare on a Zigbee platform. This RFID-RTLS is fully maintained by the vendor. The system is also able to track patients and staff as well as monitor hand hygiene. However, the current install is not set up for this today and can be an opportunity moving forward with additional investment. Towards this end, vendor will be providing software for new asset tracking and patient/staff tracking platforms at no additional cost. The RFID Asset Tracking System allows for equipment to be “tagged” and continuously “tracked” in real time using a proprietary network. Equipment movement is actively monitored with the use of a web-based computer, thus reducing the amount of shrinkage. The system is configured to automatically send electronic alarms in the event
the particular equipment exits its predefined area of operation. Without the use of this solution, employees would have to invest time in physically searching for equipment by going from building to building and floor by floor. In addition, temperature tracking would need to be manually done on paper. The Biomed Department would have to search for pieces of equipment that require maintenance or are on recall, and staff would continue hoarding equipment, as was the case prior to this tracking solution. Recommendation Based on thorough cost and efficiency evaluation, it has been determined that it would be in the best interest of the Trust to continue at this time with the services of Awarepoint with the proposed significant reduction from original contract price. The costs included in this renewal are for: (1) One dedicated onsite FTE position; (2) locating hardware; (3) software installation (includes end user training); (4) required National Institute of Standards and Technology (NIST) certification and (5) maintenance and support services. According to MDBuyline and ECRI, the vendor has provided very substantial concessions for fair and competitive pricing. The costs for the initial term of this agreement are as follows:
• Recurring service fee $ 1,124,790 • Hardware (tags & sensors) $ 267,750
Sub Total (initial 5 yr. term) $ 1,392,540
• New tag installation $ 79,600 (one-time fee)
Total Costs: $1,472,140/5 yrs. The corresponding Return on Investment (ROI) analysis is very strong, demonstrating benefits with productivity, asset visibility, customer satisfaction, patient safety and regulatory compliance. The contract can be terminated by the Trust for convenience with a thirty (30) day notice and includes OIG and UAP provisions. Evaluation of the vendor’s performance during the current contract year demonstrates the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is above standard:
• There have been no complaints from patients or employees regarding this contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Supply Chain Management Department and Information Technology Department have recommended the continuation of this contracted service. (R. Costanzo/M. Garcia). SECTION VI. OPTIONS-TO-RENEW AND CONTRACT MODIFICATIONS FOR CONTRACTS THAT WERE COMPETITIVELY SOLICITED This section refers to existing contracts that were competitively bid (“ITB” or “RFP”) at their origin and consists of either (a) the exercise of established options to renew or (b) the execution of contract modifications for which the Procurement Policy requires prior Board approval. 3. (625881, 625123, 625126, 626782, 628809, 628813-MAM) The Revenue Cycle Division, requests approval to exercise the first one-year option to renew the competitively awarded Collection Agency Services contracts awarded pursuant to RFP No. 10-5282 (ongoing purchase).
Collection Agencies:
Firstsource Advantage: $6,400,000
(For one year)
Broward Adjustment Services: $1,287,500 (For one year)
SSI Group: $1,200,000 (For one year)
NCO Financial System: $ 87,500 (For one year)
Chapin Revenue Cycle Management $2,800,000 (For one year)
Total Approved Funding: $11,775,000
Background Broward Adjustment Services, Chapin Revenue Cycle Management, Firstsource Advantage (formerly Med Assist), NCO Financial Systems, and the SSI Group were each awarded a contract by the FRB in October of 2010 pursuant to RFP No. 10-5258 for Collection Agency Services. At that time the Board requested that each category
be divided between two vendors because of the high volume of work. Additional awards were made by the Board in December 2010 to Broward Adjustment Services, Firstsource Advantage (formerly Med Assist), Anthelio PHNS, MedAssets, NCO Financial Systems, Chapin Revenue Cycle Management and Vaughn Holland Consulting. The initial terms of these agreements are 3-years with effective dates of October 18, 2010 to October 17, 2013 and February 25, 2011 to February 24, 2014, respectively. Each award includes Two Options to Renew (OTRs) of one year each. In October 2013, the contracts awarded in 2010 were extended to coincide with the expiration of those that began in February 2011. Therefore, both sets will expire in February 2014. In addition, the Vaughn Holland Consulting, MedAssets and Anthelio PHNS contracts were terminated and the remaining vendors in those respective categories assumed their duties. The table below demonstrates the breakdown of services and allocation of funding among the Agencies.
Category Description Original Annual Award Amount/Date
Requested Amount
under this OTR
Awarded Vendors
B Low Dollar/High Volume OP Insurance
Account Follow-Up – Award A – M Alpha Accounts.
Cap - $600K/yr Fee – 7.25% Legal – N/A
Awarded: 10/25/2010
$1,000,000/yr Firstsource Advantage
REQ# 625123
B Low Dollar/High Volume OP Insurance
Account Follow-Up – Award N – Z Alpha Accounts.
Cap - $600K/yr Fee – 7.25% Legal – N/A
Awarded: 12/27/2010
$1,000,000/yr
Firstsource Advantage (Previously awarded to Anthelio-
PHNS) REQ# 625123
C Patient Self Pay After Insurance Bad Debt – Commercial and Medicare –
Award A – M Alpha Accounts.
Cap - $1.2M/yr Fee – 6.5% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr Firstsource Advantage
REQ# 625126
C Patient Self Pay After Insurance Bad Debt – Commercial and Medicare –
Award N – Z Alpha Accounts.
Cap - $1.2M/yr Fee – 6.5%
Legal – Not quoted Awarded: 10/25/2010
$1,200,000/yr Broward Adjustment REQ# 625126
D Patient Self Pay Bad Debt Collections – Primary Placement – Award A – M
Alpha Accounts.
Cap - $1.2Mk/yr Fee – 9.47% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr Firstsource Advantage
REQ# 625126
D Patient Self Pay Bad Debt Collections – Primary Placement – Award N – Z
Alpha Accounts.
Cap - $1.2Mk/yr Fee – 9.47% Legal – 23%
Awarded: 10/25/2010
$1,200,000/yr SSI Group REQ# 626782
F Professional Services Bad Debt –
Award 1-Vendor – Award A – M Alpha Accounts.
Cap - $87.5k/yr Fee – 17.35% Legal – N/A
Awarded: 12/27/2010
$87,500/yr NCO Financial
Systems REQ# 628813
F Professional Services Bad Debt –
Award 1-Vendor – Award N – Z Alpha Accounts.
Cap - $87.5k/yr Fee – 17.35% Legal – N/A
Awarded: 12/27/2010
$87,500/yr Broward Adjustment REQ# 628809
G
-0- Balance Review and Audit Services for Underpayment and Contract
Compliance – Award A – M Alpha Accounts. Specialized Vendor
Required (Audit of payer contract terms)
Cap - $1.4M/yr Fee – 22%>$10k Fee – 29%<$10k
Legal – N/A Awarded: 12/27/2010
$1,400.000/yr Chapin Revenue Cycle
Mgmt. REQ# 625881
G
-0- Balance Review and Audit Services for Underpayment and Contract
Compliance – Award N – Z Alpha Accounts. (Audit of payer contract
Cap - $1.4M/yr Fee – 22%>$10k Fee – 29%<$10k
Legal – N/A
$1,400.000/yr
Chapin Revenue Cycle Mgmt.
(Previously awarded
Recommendation The Revenue Cycle Division is requesting that the Board approves the first one-year OTR under these contracts and funding to continue the collection services being provided. The requested dollars represent the annually awarded amount in each category.
The original contract was reviewed and approved by the County Attorney’s Office for legal sufficiency and by Risk as to Insurance and Indemnification. The contracts can be terminated for convenience with a sixty (60) day notice and include UAP and OIG provisions. In providing an evaluation of each vendor’s performance during the current contract year, the Revenue Cycle Division has reported the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is good: • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Revenue Cycle Division has recommended the continuation of this contracted service. ECRI and MD Buyline do not track these services. (C. Pla). 4. (621489-MAM) The Revenue Cycle Division, requests approval to exercise the second Option to Renew (OTR) of the existing Sykes Enterprises, Inc. contract for “Call Center and Centralized Scheduling” services pursuant to competitively awarded RFP No. 06-5182 (ongoing purchase).
Sykes Enterprises Incorporated:
terms) Awarded: 12/27/2010 to VH Consulting) REQ# 625881
H
Inpatient Insurance accounts greater than 90 Days
– Award A – M Alpha Accounts. (High Balance Insurance
Accounts Follow-up)
Cap - $1.4M/yr Fee – 4.25% Legal – 15%
Awarded: 10/25/2010
$1,000,000/yr Firstsource Advantage
REQ# 625123
H
Inpatient Insurance accounts greater than 90 Days
– Award N – Z Alpha Accounts. (High Balance Insurance
Accounts Follow-up)
Cap - $1.4M/yr Fee – 4.25% Legal – 15%
Awarded: 12/27/2010
$1,000,000/yr
FirstSource Advantage
(Previously awarded to MedAssets) REQ# 625123
This request for funding: $13,400,000
Total approved funding: $13,400,000 (For two years) Background In June 2008, the Board approved a competitive contract award in the amount of $5,242,759 to the ICT Group for an initial three-year term, plus three two-year Options to Renew (OTRs) for call center and centralized scheduling services for the Revenue Cycle Division. Then, on February 2, 2010, the ICT Group merged into Sykes Acquisitions, LLC, and Sykes assumed the responsibilities of the ICT Group under this agreement. Subsequently, in May 2010, the Board approved the amount of $8,232,304 to be added to the contract. This was necessitated by increased call volume and new service features under the contract. Based on the information that was available in Jackson’s legacy systems and processes at the time, the initial award projected 215,000 calls per year. However, given the success of the call center service and continuous process improvements, the call volume more than doubled. In FY2013 the total call volume was 985,643. This increase in volume also realized a reduction in the average price per call. Modifications 2 and 3 also added the amount of $846,544 under CPO authority and in January of 2012, the PHT approved $13.4M for the first OTR of two years, which will expire on January 31, 2014.
Recommendation
This request for funding will exercise the second OTR for a two-year period to continue the call center services provided under this contract.
The original contract was reviewed and approved by the County Attorney’s Office for legal sufficiency and by Risk as to insurance and indemnification. This contract can be terminated for convenience with a ninety (90) day notice and includes UAP and OIG provisions. In providing an evaluation of Chapin Revenue Cycle Management’s performance during the current contract year, the Revenue Cycle Division has reported the following:
• The contracted service meets the applicable standards addressed in the Joint Commission Standards.
• The overall service is good. • There have been no complaints from patients or employees regarding this
contracted service.
o The service has never caused delays. o The vendor meets all requirements for the contracted service o Vendor has demonstrated consistent responsiveness to all
requests/issues/problems that might have arisen during the course of the contract period.
Based on the overall contract performance evaluation, the Revenue Cycle Division has recommended the continuation of this contracted service. ECRI and MD Buyline do not track these services. (C. Pla).
SECTION VII. OPTIONS-TO-RENEW AND CONTRACT MODIFICATIONS FOR CONTRACTS THAT WERE AWARDED UNDER A WAIVER OF FORMAL COMPETITION This section refers to existing contracts that were not competitively bid at their origin and consists of either (a) the exercise of established options-to renew or (b) the execution of contract modifications for which the Procurement Policy requires prior Board approval. All contracts in this section are renewals not previously authorized by the Board have the written approval of the President, are based on a finding that the waiver of full and competitive bidding is in the best interest of the Public Health Trust, and require a two-thirds affirmative vote of the Trustees present for approval. No items to report. SECTION VIII. MISCELLANEOUS This section consists of procurement actions that require Board approval not included under any other section of the Purchasing Report. No items to report.
4. Adjournment
STRATEGY AND GROWTH COMMITTEE
AGENDA
January 15, 2014
Page 1 of 1
PUBLIC HEALTH TRUST BOARD OF TRUSTEES
STRATEGY AND GROWTH COMMITTEE AGENDA
Wednesday, January 15, 2014 Following the Fiscal Committee Meeting
Jackson Memorial Hospital
West Wing Board Room
Strategy and Growth Committee Joe Arriola, Chairperson Marcos J. Lapciuc, Vice Chairperson Michael Bileca Mojdeh L. Khaghan Irene Lipof Darryl K. Sharpton
Public Health Trust Rules Any person making impertinent or slanderous remarks or who becomes boisterous while addressing the committee, shall be barred from further audience before the committee, unless permission to continue or again address the committee be granted by the Chairperson. No clapping, applauding, heckling or verbal outbursts in support or opposition to a speaker or his or her remarks shall be permitted. No signs or placards shall be allowed in the Board Room. Persons exiting the Board Room shall do so quietly. The use of cell phones in the Board Room is not permitted. Ringers must be set to silent mode to avoid disruption of proceedings. Individuals, including those seated around the board table, must exit the Board Room to answer incoming cell phone calls. 1. Meeting Call To Order
(a) Previous committee meeting minutes (December 12, 2013)
Motion to approve the previous committee meeting minutes Joe Arriola, Chairperson
2. Repor t
(a) Facility Master Plan
Presented by Don S. Steigman, Executive Vice President and Chief Operating Officer
3. Adjournment
1. Meeting Call To Order
Page 1 of 2
STRATEGY AND GROWTH COMMITTEE MEETING MINUTES
Thursday, December 12, 2013 Followed the Joint Conference and Efficiencies Committee Meeting
Jackson Memorial Hospital
West Wing Board Room First Floor
1611 N. W. 12th Avenue Miami, FL 33136
Strategy and Growth Committee Joe Arriola, Chairperson Marcos J. Lapciuc, Vice Chairperson Michael Bileca Mojdeh L. Khaghan Irene Lipof Darryl K. Sharpton
____________________________________________________________________________________________________________ Members Present: Joe Arriola, Chairperson, Marcos J. Lapciuc, Vice Chairperson, Mojdeh L. Khaghan, Irene Lipof, and
Darryl K. Sharpton Member(s) Excused: Michael Bileca In addition to the Board of Trustees, the following staff members, University of Miami Health System representative and Assistant Miami-Dade County Attorneys were present: Carlos A. Migoya, Wayne Wilbright, M.D., Mark T. Knight, Don S. Steigman, Michael Garcia, Michael Butler, M.D. and Andre Reid, and Steven Falcone, M.D., University of Miami Health System, and Valda Christian and Eugene Shy, Jr., Assistant Miami-Dade County Attorneys ____________________________________________________________________________________________________________
1. Meeting Call to Order Joe Arriola, Chairperson at 10:14 a.m.
(a) Previous committee meeting minutes (November 14, 2013)
Motion to approve the previous committee meeting minutes Joe Arriola, Chairperson Mojdeh L. Khaghan moved approval; seconded by Irene Lipof, and
carried without dissent.
Page 2 of 2
STRATEGY AND GROWTH COMMITTEE MEETING MINUTES – December 12, 2013
2. Report
(a) Information Technology
Michael Garcia, Vice President and Chief Information Officer distributed for presentation to the Committee a color coded IT Strategy Executive Dashboard. From a Cerner perspective Jackson Health System (JHS) is trending well and was able to onboard staff to continue the success of the implementation process, received funding in the amount of $4.7 million for the Meaningful Use Phase I for the previous fiscal year. The Enterprise Data Warehouse implementation process is scheduled for completion in June 2014. Currently on schedule with the Health Information Exchange which will enable JHS and institutions they partner with to exchange patient information. In conjunction with Meaningful Use Stage I, Year 2 which is currently being worked on it is a requirement that 5% of the patients have the capability to log in the Patient & Provider Web Portal view their medical records and transfer information to their physician(s). The Patient & Provider Web Portal is scheduled to “go live” in June 2014. For purposes of being more helpful, Mr. Sharpton requested that Mr. Arriola schedule a “hands on” demonstration for the various tactics being presented to be able to better address the questions Committee members have.
(b) Facility Master Plan Don S. Steigman, Executive Vice President and Chief Operating Officer, reported that a closed session of the Strategy and Growth Committee regarding the Facility Master Plan (Master Plan) is being considered to be scheduled within the next couple of months, the firm selected to conduct the Master Plan consulting services has been engaged in preparing a Master Site Plan, an Executive Steering Committee (Steering Committee) has been created to guide the Master Plan process, key executives are being interviewed to be selected to speak with the JHS Management Teams and users, a time frame was developed and the Master Plan is scheduled for completion on April 1, 2014, and the consultants have been invited to attend the PHT Board of Trustees Master Plan planning session. The Committee will be kept informed as the Master Plan moves forward to completion.
3. Adjournment Joe Arriola, Chairperson, at 10:30 a.m.
Meeting Minutes Prepared by Ivenette Cobb-Black Executive Assistant Public Health Trust Board of Trustees
2. Report
2 (a) Facility Master Plan
3. Adjournment
SPECIAL PHT BOARD OF TRUSTEES
AGENDA
January 15, 2014
Page 1 of 2
PUBLIC HEALTH TRUST BOARD OF TRUSTEES
SPECIAL MEETING AGENDA
Wednesday, January 15, 2014 Following the Strategy and Growth Committee Meeting
Jackson Memorial Hospital
West Wing Board Room First Floor
1611 N. W. 12th Avenue Miami, Florida 33136
Board of Trustees Rules Any person making impertinent or slanderous remarks or who becomes boisterous while addressing the Public Health Trust Board of Trustees, shall be barred from further audience before the board, unless permission to continue or again address the board be granted by the Chairperson. No clapping, applauding, heckling or verbal outbursts in support or opposition to a speaker or his or her remarks shall be permitted. No signs or placards shall be allowed in the Board Room. Persons exiting the Board Room shall do so quietly. The use of cell phones in the Board Room is limited to texting only. Ringers must be set to silent mode to avoid disruption of proceedings. Individuals, including those seated around the board table, must exit the Board Room to answer incoming cell phone calls.
1. Special Meeting Call To Order
Darryl K. Sharpton, Chairperson
2. Resolutions Recommended To Be Approved (a) Resolution authorizing Mojdeh L. Khaghan, Treasurer of the Public Health Trust
Board of Trustees and Chairperson of the Fiscal Committee as an official signatory on all Public health Trust bank accounts
Sponsored by Mark T. Knight, Executive Vice President and Chief Financial Officer, Jackson Health System Motion to approve the resolution
Darryl K. Sharpton, Chairperson
Page 2 of 2
PUBLIC HEALTH TRUST BOARD OF TRUSTEES SPECIAL MEETING AGENDA – January 15, 2013 (b) Resolution of Public Health Trust of Miami-Dade County approving settlement with
the United States Department of Justice and (1) authorizing the President and Chief Executive Officer or his designee to execute and deliver all settlement documents required in connection with the settlement on behalf of the Public Health Trust, and (2) authorizing payment to the United States of a settlement amount of Four Hundred Fifty-Three Thousand Seven Hundred Fifty Dollars and No Cents ($453,750.00) and interest
(1) Settlement Agreement
Sponsored by Carlos A. Migoya, President and Chief Executive Officer, Jackson Health System Motion to approve the resolution Darryl K. Sharpton, Chairperson
3. Adjournment
1. Special Meeting Call To Order
2. Resolutions Recommended To Be Approved
TO: Joe Arriola, Vice Chairman and Members of the Fiscal Committee FROM: Mark T. Knight, Executive Vice President and Chief Financial Officer DATE: January 15, 2014 RE: Authorization for Mojdeh L. Khaghan, Treasurer of the Public Health Trust Board of Trustees and
Chairperson of the Fiscal Committee, as signatory on all PHT Disbursement Bank Accounts Recommendation That this Board hereby designates Mojdeh L. Khaghan, Treasurer of the Public Health Trust Board of Trustees and Chairperson of the Fiscal Committee, as signatory on all PHT disbursement bank accounts.
Scope
The Trust has various bank accounts and has designated individuals as authorized signatories for said bank accounts.
Fiscal Impact/Funding Source
There is no direct fiscal impact to correcting and/or updating disbursement bank account signatory authority.
Tracking Record/Monitor
The resolution provides legislative intent that this signatory authority would lie with the current Treasurer of the Public Health Trust Board of Trustees and Chairperson of the Fiscal Committee for the Public Health Trust of Miami-Dade County, Florida.
Agenda Item 2 (a) Special Public Health Trust Board of Trustees January15, 2014
RESOLUTION NO. PHT 1/14 –
RESOLUTION AUTHORIZING AND APPROVING MOJDEH L. KHAGHAN TREASURER OF THE PUBLIC HEALTH TRUST BOARD OF TRUSTEES AND CHAIRPERSON OF THE FISCAL COMMITTEE, AS AN OFFICIAL SIGNATORY ON ALL PUBLIC HEALTH TRUST DISBURSEMENT BANK ACCOUNTS
(Mark T. Knight, Executive Vice President and Chief Financial Officer, Jackson Health System)
WHEREAS, the Public Health Trust (the “Trust”) has various bank accounts and has designated
individuals as authorized signatories for said accounts; and
WHEREAS, Trustee Mojdeh L. Khaghan is the Treasurer of the Public Health Trust Board of Trustees and
in accordance with Trust Bylaws, Chairperson of the Fiscal Committee; and
WHEREAS, the President recommends that Mojdeh L. Khaghan be designated as an official signatory on
disbursement bank accounts.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby authorizes and approves Mojdeh L.
Khaghan, Treasurer and Chairperson of the Fiscal Committee, as an official signatory on Public Health Trust
disbursement bank accounts.
TO: Darryl K. Sharpton, Chairman and Members, Public Health Trust Board of Trustees FROM: Carlos A. Migoya President & Chief Executive Officer DATE: January 15, 2014 RE: Proposed Settlement and Resolution of the Public Health Trust’s Physician Arrangement
Disclosure to the U.S. Department of Justice Recommendation That the Board of Trustees of the Public Health Trust of Miami-Dade County, FL (“Trust”) approve the proposed settlement agreement with the U.S. Department of Justice (“DOJ”) resolving the Trust’s disclosure of potentially non-compliant physician arrangements under the Stark and Anti-Kickback laws, and authorizing payment to the U.S. in the amount of Four Hundred Fifty-Three Thousand Seven Hundred Fifty and No/100 Dollars ($453,750.00), plus interest. Scope The potentially non-compliant physician arrangements concerned Jackson South Community Hospital. Fiscal Impact/Funding Source Payment of Four Hundred Fifty-Three Thousand Seven Hundred Fifty and No/100 Dollars ($453,750.00). Track Record/Monitor Mark Knight, Vice President and Chief Financial Officer, is responsible for executing the payment and any related financial terms of the settlement agreement. Background As part of its corporate compliance program, Jackson identified a number of contracts between Jackson South Community Hospital and various referring physicians that appeared not to comply with the provisions of the Stark Law. Said laws govern financial relationships between covered hospitals and their referring physicians who are independent practitioners. After further investigation it was determined that during the time period of 2005 – 2008: (i) Jackson South maintained compensation arrangements with five (5) physicians for which no contract could be located. The hospital also maintained compensation arrangements with fifteen (15) referring physicians for whom either no executed agreement could be located or whose contracts had expired and were not renewed for some portion of this period, despite the continuation of their compensation arrangements with this hospital.
Pursuant to its obligations under a pre-existing Corporate Integrity Agreement, of 2003, as well as its obligation as a participant in the Medicare program, the Trust disclosed this matter to the DOJ, the only agency then empowered to accept a self-disclosure involving potential violations of the Stark Law. After negotiations that have been on-going over most of 2013, the DOJ has agreed to settle this matter for a total of $453,750.00. In addition, the DOJ has agreed to waive any claim it may have related to these agreements under the Federal False Claims Act or otherwise seek reimbursement from either the Trust, Jackson South or the physicians involved in the subject compensation arrangements.
Agenda Item 2 (b) Special Public Health Trust Board of Trustees January 15, 2014
RESOLUTION NO. PHT 1/14 –
RESOLUTION OF PUBLIC HEALTH TRUST OF MIAMI-DADE COUNTY APPROVING SETTLEMENT WITH THE UNITED STATES DEPARTMENT OF JUSTICE AND (1) AUTHORIZING THE PRESIDENT AND CHIEF EXECUTIVE OFFICER OR HIS DESIGNEE TO EXECUTE AND DELIVER ALL SETTLEMENT DOCUMENTS REQUIRED IN CONNECTION WITH THE SETTLEMENT ON BEHALF OF THE PUBLIC HEALTH TRUST, AND (2) AUTHORIZING PAYMENT TO THE UNITED STATES OF A SETTLEMENT AMOUNT OF FOUR HUNDRED FIFTY THREE-THOUSAND SEVEN HUNDRED FIFTY DOLLARS AND NO CENTS ($453,750.00) AND INTEREST
(Carlos A. Migoya, President and Chief Executive Officer, Public Health Trust) WHEREAS, the Public Health Trust (“Trust”), through its Corporate Compliance Program, identified
various physician compensation arrangements at Jackson South Community Hospital which were potentially non-
compliant with the Stark Amendment to the Medicare Act, 42 U.S.C. 1395nn (“Stark Law”); and
WHEREAS, the Trust disclosed such arrangements to the United States Department of Justice
(“Department”) who subsequently informed the Trust that it was investigating the conduct of the Trust in connection
with the referenced arrangements and their compliance with the Stark Law; and
WHEREAS, the officers and staff of the Trust have cooperated fully in the investigation; and
WHEREAS, the Department and the Trust after review of the Trust’s disclosure and the subject physician
arrangements, have proposed a settlement subject to final approval by the Board of Trustees of the Trust and
approval by the Department; and
WHEREAS, the Trust wishes to approve the settlement and authorize the President and Chief Executive
Officer of the Trust to execute and deliver any settlement documents and issue settlement payment.
Agenda Item 2 (b) Special Public Health Trust Board of Trustees January 15, 2014
-Page 2-
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE PUBLIC HEALTH
TRUST OF MIAMI-DADE COUNTY, FLORIDA, that this Board hereby approves the settlement with the
Department of Justice in the form of the agreement attached to this Resolution as Exhibit A and (1) authorizes the
President and Chief Executive Officer, or his designee, to execute and deliver any documents required by the
Department consistent with the settlement; and (2) authorizes payment to the United States of a settlement amount
of Four Hundred Fifty-Three Thousand Seven Hundred Fifty Dollars and No Cents ($453,750.00), and interest from
the date of execution.
1
SETTLEMENT AGREEMENT
This Settlement Agreement (Agreement) is entered into among the United States
of America, acting through the United States Department of Justice and on behalf of the
Office of Inspector General (OIG-HHS) of the Department of Health and Human
Services (HHS) (collectively the "United States"), and the Public Trust of Miami-Dade
County FL, an agency and instrumentality of Miami-Dade County, Florida (Jackson)
(hereafter collectively referred to as "the Parties"), through their authorized
representatives.
RECITALS
A. Jackson is a not-for-profit health care provider located in Miami, Florida.
Jackson provides comprehensive healthcare services at multiple hospitals and other
provider facilities. Throughout the time period relevant to this Agreement, Jackson
regularly submitted claims for payment to the Medicare Program (Medicare), Title XVIII
of the Social Security Act, 42 U.S.C. §§ 1395-1395hhh, pursuant to a reimbursement
agreement between Jackson and HHS.
B. In 2009, Jackson made a voluntary disclosure to the U.S. Attorney’s
Office for the Southern District of Florida. In that voluntary disclosure and supplemental
disclosures and information provided by Jackson, Jackson disclosed that, between
January 1, 2002 and December 31, 2007, 20 physicians retained by Jackson may not have
had agreements that complied with the Physician Self-Referral Law, 42 U.S.C. § 1395nn
(the Stark Law) (See Listing of Physicians – Attachment A) (hereinafter the “Covered
Physicians”). Jackson further disclosed that it sought and received reimbursement
pursuant to Medicare for the services provided pursuant to referrals by the Covered
Physicians. The conduct described in this paragraph is hereinafter referred to as the
“Covered Conduct.”
C. The United States contends that Jackson submitted or caused to be
submitted claims for payment to the Medicare Program (Medicare), Title XVIII of the
Social Security Act, 42 U.S.C. §§ 1395-1395kkk-1.
D. The United States contends that it has certain civil claims against Jackson
arising from the Covered Conduct.
E. This Agreement is neither an admission of liability by Jackson nor a
concession by the United States that its claims are not well founded.
To avoid the delay, uncertainty, inconvenience, and expense of protracted
litigation of the above claims, and in consideration of the mutual promises and
obligations of this Settlement Agreement, the Parties agree and covenant as follows:
TERMS AND CONDITIONS
1. Jackson shall pay to the United States $453,750 (“Settlement Amount”)
and interest on the Settlement Amount at a rate of 2.375% from the date on which this
agreement is executed by all parties no later than 10 days after the Effective Date of this
Agreement by electronic funds transfer pursuant to written instructions to be provided by
The Office of the United States Attorney for the Southern District of Florida.
2. Subject to the exceptions in Paragraph 6 (concerning excluded claims)
below, and conditioned upon Jackson’s full payment of the Settlement Amount, the
United States releases Jackson and the Covered Physicians from any civil or
administrative monetary claim the United States has for the Covered Conduct under the
False Claims Act, 31 U.S.C. §§ 3729-3733; the Civil Monetary Penalties Law, 42 U.S.C.
§ 1320a-7a; the Program Fraud Civil Remedies Act, 31 U.S.C. §§ 3801-3812; or the
common law theories of payment by mistake, unjust enrichment, and fraud.
3. In consideration of the obligations of Jackson in this Agreement and
conditioned upon Jackson’s full payment of the Settlement Amount, the OIG-HHS agrees
to release and refrain from instituting, directing, or maintaining any administrative action
seeking exclusion from Medicare, Medicaid, and other Federal health care programs (as
defined in 42 U.S.C. § 1320a-7b(f)) against Jackson or the Covered Physicians under 42
U.S.C. § 1320a-7a (Civil Monetary Penalties Law) or 42 U.S.C. § 1320a-7(b)(7)
(permissive exclusion for fraud, kickbacks, and other prohibited activities) for the
Covered Conduct, except as reserved in Paragraph 6 (concerning excluded claims),
below, and as reserved in this Paragraph. The OIG-HHS expressly reserves all rights to
comply with any statutory obligations to exclude Jackson from Medicare, Medicaid, and
other Federal health care programs under 42 U.S.C. § 1320a-7(a) (mandatory exclusion)
based upon the Covered Conduct. Nothing in this Paragraph precludes the OIG-HHS
from taking action against entities or persons, or for conduct and practices, for which
claims have been reserved in Paragraph 6, below.
4. Notwithstanding the release given in paragraph 2 of this Agreement, or
any other term of this Agreement, the following claims of the United States are
specifically reserved and are not released:
a. Any liability arising under Title 26, U.S. Code (Internal Revenue
Code);
b. Any criminal liability;
c. Except as explicitly stated in this Agreement, any administrative
liability, including mandatory exclusion from Federal health care
programs;
d. Any liability to the United States (or its agencies) for any conduct
other than the Covered Conduct;
e. Any liability based upon obligations created by this Agreement;
5. Jackson waives and shall not assert any defenses Jackson may have to any
criminal prosecution or administrative action relating to the Covered Conduct that may be
based in whole or in part on a contention that, under the Double Jeopardy Clause in the
Fifth Amendment of the Constitution, or under the Excessive Fines Clause in the Eighth
Amendment of the Constitution, this Agreement bars a remedy sought in such criminal
prosecution or administrative action. Nothing in this paragraph or any other provision of
this Agreement constitutes an agreement by the United States concerning the
characterization of the Settlement Amount for purposes of the Internal Revenue laws,
Title 26 of the United States Code.
6. Jackson fully and finally releases the United States, its agencies, officers,
agents, employees, and servants, from any claims (including attorney’s fees, costs, and
expenses of every kind and however denominated) that Jackson has asserted, could have
asserted, or may assert in the future against the United States, and its agencies,
employees, servants, and agents, related to the Covered Conduct and the United States’
investigation and prosecution thereof.
7. The Settlement Amount shall not be decreased as a result of the denial of
claims for payment now being withheld from payment by any Medicare contractor (e.g.,
Medicare Administrative Contractor, fiscal intermediary, carrier) or any state payer,
related to the Covered Conduct; and Jackson agrees not to resubmit to any Medicare
contractor or any state payer any previously denied claims related to the Covered
Conduct, and agrees not to appeal any such denials of claims.
8. Jackson agrees to the following:
(a) Unallowable Costs Defined: All costs (as defined in the Federal
Acquisition Regulation, 48 C.F.R. § 31.205-47; and in Titles XVIII and XIX of the
Social Security Act, 42 U.S.C. §§ 1395-1395kkk-1 and 1396-1396w-5; and the
regulations and official program directives promulgated thereunder) incurred by or on
behalf of Jackson, its present or former officers, directors, employees, shareholders, and
agents in connection with:
(1) the matters covered by this Agreement
(2) the United States’ audit(s) and civil investigation(s) of the matters
covered by this Agreement;
(3) Jackson’s investigation, defense, and corrective actions undertaken
in response to the United States’ audit(s) and civil investigation(s)
in connection with the matters covered by this Agreement
(including attorney’s fees);
(4) the negotiation and performance of this Agreement;
(5) the payment Jackson makes to the United States pursuant to this
Agreement
are unallowable costs for government contracting purposes and under the Medicare
Program, Medicaid Program, TRICARE Program, and Federal Employees Health
Benefits Program (FEHBP) (hereinafter referred to as Unallowable Costs).
b. Future Treatment of Unallowable Costs: Unallowable Costs shall be
separately determined and accounted for by Jackson, and Jackson shall not charge such
Unallowable Costs directly or indirectly to any contracts with the United States or any
State Medicaid program, or seek payment for such Unallowable Costs through any cost
report, cost statement, information statement, or payment request submitted by Jackson or
any of its subsidiaries or affiliates to the Medicare, Medicaid, TRICARE, or FEHBP
Programs.
c. Treatment of Unallowable Costs Previously Submitted for Payment:
Jackson further agrees that within 90 days of the Effective Date of this Agreement it shall
identify to applicable Medicare and TRICARE fiscal intermediaries, carriers, and/or
contractors, and Medicaid and FEHBP fiscal agents, any Unallowable Costs (as defined
in this Paragraph) included in payments previously sought from the United States, or any
State Medicaid program, including, but not limited to, payments sought in any cost
reports, cost statements, information reports, or payment requests already submitted by
Jackson or any of its subsidiaries or affiliates, and shall request, and agree, that such cost
reports, cost statements, information reports, or payment requests, even if already settled,
be adjusted to account for the effect of the inclusion of the unallowable costs. Jackson
agrees that the United States, at a minimum, shall be entitled to recoup from Jackson any
overpayment plus applicable interest and penalties as a result of the inclusion of such
Unallowable Costs on previously-submitted cost reports, information reports, cost
statements, or requests for payment.
Any payments due after the adjustments have been made shall be paid to the
United States pursuant to the direction of the Department of Justice and/or the affected
agencies. The United States reserves its rights to disagree with any calculations
submitted by Jackson or any of its subsidiaries or affiliates on the effect of inclusion of
Unallowable Costs (as defined in this Paragraph) on Jackson or any of its subsidiaries or
affiliates’ cost reports, cost statements, or information reports.
d. Nothing in this Agreement shall constitute a waiver of the rights of the
United States to audit, examine, or re-examine Jackson’s books and records to determine
that no Unallowable Costs have been claimed in accordance with the provisions of this
Paragraph.
9. This Agreement is intended to be for the benefit of the Parties only, and
the Covered Physicians as third party beneficiaries hereof. The Parties do not release any
claims against any other person or entity, except to the extent provided for in Paragraph
10 (waiver for beneficiaries paragraph), below.
10. Jackson agrees that it waives and shall not seek payment for any of the
health care billings covered by this Agreement from any health care beneficiaries or their
parents, sponsors, legally responsible individuals, or third party payors based upon the
claims defined as Covered Conduct.
11. Each Party shall bear its own legal and other costs incurred in connection
with this matter, including the preparation and performance of this Agreement.
12. Each Party and signatory to this Agreement represents that it freely and
voluntarily enters in to this Agreement without any degree of duress or compulsion.
13. This Agreement is governed by the laws of the United States. The
exclusive jurisdiction and venue for any dispute relating to this Agreement is the United
States District Court for the Southern District of Florida. For purposes of construing this
Agreement, this Agreement shall be deemed to have been drafted by all Parties to this
Agreement and shall not, therefore, be construed against any Party for that reason in any
subsequent dispute.
14. This Agreement constitutes the complete agreement between the Parties.
This Agreement may not be amended except by written consent of the Parties.
15. The undersigned represent and warrant that they are fully authorized to
execute this Agreement on behalf of the persons and entities indicated below. Broad and
Cassel are co-signatories to this agreement.
16. This Agreement may be executed in counterparts, each of which
constitutes an original and all of which constitute one and the same Agreement.
17. This Agreement is binding on Jackson’s successors, transferees, heirs, and
assigns.
18. Each Party consents to the other’s disclosure of this Agreement, and
information about this Agreement, to the public.
19. This Agreement is effective on the date of signature of the last signatory to
the Agreement (Effective Date of this Agreement). Facsimiles of signatures shall
constitute acceptable, binding signatures for purposes of this Agreement.
THE UNITED STATES OF AMERICA DATED: BY: ________________________
JENELLE M. BEAVERS Trial Attorney Commercial Litigation Branch Civil Division United States Department of Justice
DATED: BY: ______________________________ ROBERT K. DECONTI Assistant Inspector General for Legal Affairs Office of Counsel to the Inspector General Office of Inspector General
United States Department of Health and Human Services
THE PUBLIC TRUST OF MIAMI-DADE COUNTY FL, AN AGENCY AND INSTRUMENTALITY OF MIAMI-DADE COUNTY, FLORIDA
DATED: BY: _____________________________ Carlos A. Migoya President & Chief Executive Officer Public Health Trust, Miami-Dade County DATED: BY: _____________________________ Counsel for Jackson Health System
ATTACHMENT A - COVERED PHYSICIANS Carbonell, Jaime Carullo, Emillio Corona, Abelardo Delgadillo, Noel Espinosa, Carmen Fraga, Enrique Hassan, Ali Martinez, Carlos Masri, Mohammad McDonald, William Scott Pons, Francisco Razdan, Sanjay Roura-Valentin, Samuel Rousseau, Roger Russell, Keith Scheiner, Monroe Stoper, Henry Ulbeda, Raphael Urizar, Guido Uttamchandari, Raj Whitwell, Enrique
3. Adjournment