Loading...
HomeMy WebLinkAboutR-01-0984J-01-804 9/21/01 RESOLUTION NO. C5 A RESOLUTION 01' THE MIAMI CITY COMMISSION, WITH ATTACHMENTS, CONSENTING TO 'T'H� ASSIGNMENT OF A PRO"ESSIONAL SERVICES CONTRACT BE1_"W FN THE CITY OF M=AMI AND IN'T'EGRATED REGIONAL LABORA'l.'ORTES TO UNIVERSAL TOX.T.COLOGY LABORATORTRS TO PROVIDE DRUG -SCREENING SERVICES UNDER THE SAME TERMS AND CONDITIONS SET FORTH IN EXHIBIT "A" ATTACHED HERETO; AU'f.'HORIZING THE CITY MANAGER TO 'EXECUTE A CONSENT TO ASSIGNMENT AGREEMENT, TN SUBSTANTTALLY THE FORM ATTACHED. TSF; IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMT, FLORIDA: Section 1. The Miami City Commission consents to the assignment of a professional services contract between integrated Regional Laboratories to Universal Toxicology Laboratories to provide drug -screening services under the same L•er:^,s and conditions set rorrh in Exhibit "A" attached hereto. Section 2.. The City Manager is authorized-" to execute a Consent to Assignment Agreement:, in substantially the form attached. ii The herein author..izat_ion is further subject to compiiance: with all requirements Ltlat m.ay he imposed by the City Attorney, including but nog ..itnitud Lo Lhose prescribed by applicable City CharLor and Code provisions. cfff MUMSIOII' MrING GF IWIP ? 5 �a :4. i • Section 3. This Reso].ut.i-on shal1 become effective upon its adoption and signature of the, Maycr.2' PASSED AND ADOPTED this 25th - day of _September 2001. .70E CAROLLO, MAYOR In acrordranco with Mir.mi C,oc'^ Sec. 2 -?6, since ft- klaynr did not in0cato al this le=gislation by signior is in 111�1 d�ai�mate ci ��htcc i rertrlttt tl, ,.?i !n«` ' .� bacomes effective with the c!apso cl, (cri (10) &iyefrofn U . t,'L' Cit Co regarding same, without the tsJayor exorgsirii jgutc� Jn I cTM"r J ottoman, City Clerk ATTEST: WALTER J. FOEMAN CITY CLERK APPR 9 TO, FORM AND CORRECTNESS:/ JAN DR.O 17:CLARELLO E'ITY ATTORNEY W5641 : dig: LN If the Mayot: does not s -ion t.h.is Resolution, t sha" 1. becorne effective. at the end of ten calendar days from the date it was passed and aciopled. If t:Yte Mayor vetoes C}ii.s Resol.ut.i.oti, >t :Shall becJme effective itrmediately upon override of the; veto by ti=e City Com: ssion. Page 2 of. 2 • • Exhibit A PROFESSIONAL. SERVICES AGREEMENT This Agreement is entered into this _.._ day of , 200_ ( but effective as of July 30, 2001) by and between the City of Miami, a municipal corporation of the State of Florida ("City") and Integrated Regional Laboratories, a Joint Venture ("Provider"). RECITAL A. The City has issued a Request for Proposals ("R.FP") for the provision of drug screening services ("Services") to be utilized by the Department of Human Resources for performing drug screening profiles for all new hires and designated current employees; for performing drug screening profiles pursuant to the federal government's Omnibus Transportation Employee Testing Act of 1991; and for performing drug screening profiles for police and fire sworn personnel. Provider's proposal ("Proposal"), in response thereto, has been selected as the most qualified proposal for the provision of the Services. The RFP and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement. B. The Commission of the City of Miami, by Resolution No. 01-558, adopted on June 14, 2001, approved the selection of Provider and authorized the City Manager.to execute a contract, under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Provider and the City agree as follows: TERMS 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. 01- 9841 2. TERM: The term of this Agreement shalt be two (2) years effective as of July 30, 2001, 3. OPTION TO EXTEND: The City shall have 2 option(s) to extend the term hereof for a period of one (1) year each, subject to availability and appropriation of funds, on the same terms and conditions set forth herein except that compensation during the (3rd) year of the term may be increased up to 10%. Prices for the 4`' year will remain the same as those approved for the 3`d year extension. City Commission approval shall not be required as long as the total extended term does riot exceed two (2) years. 4. SCOPE OF SERVICE: A. Provider agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. K. Provider represents and warrants to the City that: (i) it possesses all qualifications, licenses and expertise required under the Solicitation Documents for the performance of the Services; (ii) it is not delinquent in the payment of any sums due the City, including payment of permit fees, occupational licenses, etc., nor in the performance of any obligations to the City; (iii) ali personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services will be performed in the manner described in Attachment "A". 5. COMPENSATION: A. The amount of compensation payable by the City to Provider shall be based on the rates and schedules described in Attachment "13" hereto, which by this reference is incorporated 2 (Jl— 984 into this Agreement; provided, however, that in no event shall the amount of compensation. exceed $67,000 [per year]. B. Unless otherwise specifically provided in Attachment "B", payment shall be made within forty five (45) days after receipt of Provider's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. If Provider is entitled to reimbursement of travel expenses (i.e. Attachment "B" includes travel expenses as a specific item of compensation], then all bills for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. 6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terms of this Agreement is and shall at all times remain the property of the City. Provider agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City in its sole discretion. 7. AUDIT AND INSPECTION- RIGHTS: A. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Provider under this Agreement, audit , or cause to be audited, those books and records of Provider which are related to Provider's performance under this Agreement. Provider agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. 3 ul-- 984 LI B. The City may, at reasonable times during the term hereof, inspect Provider's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Provider under this Agreement conform to the terms hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-55.2 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time. 8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Provider's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. 1.0. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Provider understands that agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, record n ()1.- 984 keeping, etc. City and Provider agree to comply with and observe all applicable laws, codes and ordinances as they may be amended from time to time. 1I. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property. 12. DEFAULT': If Provider fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Provider, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Provider while Provider was in default shall be immediately returned to the City. Provider understands and agrees that termination of this Agreement under this section shall not release Provider from any obligation accruing prior to the effective date of termination. Should Provider be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Provider shall be liable to the City,for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re - procurement of the Services, including consequential and incidental damages. 13, RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that all disputes between Provider and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Provider being entitled to seek judicial relief in connection therewith. In the event that the 5 01- 984 amount of compensation hereunder exceeds $4,500, the City Manager's decision shall be approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $4,500, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (90 days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 14. CITY'S TERMINATION RIGHTS: A. The City shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to Provider at least five (5) business days prior to the effective date of such termination. In such event, the City shall pay to Provider compensation for services rendered and expenses incurred prior to the effective date of termination. In no event shall the City be liable to Provider for any additional compensation, other than that provided herein, or for any consequential or incidental damages. D. The City shall have the right to terminate this Agreement, without notice to Provider, upon the occurrence of an event of default hereunder. In such event, the City shall not be obligated to pay any amounts to Provider and Provider shall reimburse to the City all amounts received while Provider was in default under this Agreement. 15. INSURANCE.: Provider shall, at all times during the term hereof, maintain such insurance coverage as may be required by the City. Upon the City's request, Provider shall submit to the City evidence of compliance with City's insurance requirements. 6 .� 984 16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Provider's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Provider further covenants that no otherwise qualified individual shall, solely by reasonof his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM: The City has established a Minority and Women Business Affairs and Procurement Program (the "M/WBE Program") designed to increase the volume of City procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE Program is found in Ordinance No. 10062, a copy of which has been delivered to, and receipt of which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall have the right to terminate and cancel this Agreement, without notice or penalty to the City, and to eliminate Provider from consideration and participation in future City contracts if Provider, in the preparation and/or submission of the Proposal, submitted false of misleading information as to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of minority or women owned business participation. 1$. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in part, without the prior written consent of the City's, which may be withheld or conditioned, in the City's sole discretion. 19. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return 7 receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: Integrated Regional Laboratories 5361 N.W. 33"" Avenue Ft. Lauderdale, FL 33309 TO THE CITY: Angela R. Bellamy Director, Department of Human Resources P.O. Box 330708 Miami, FL 33233-0708 20. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. B. 'Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or breach of any provision of this Agreement shalt constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provisions paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. 8 01-- 934 r1 U • E. This Agreement constitutes the sole and entire agreement between the parties i hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. I 21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. i 22. INDEPENDENT CONTRACTOR: Provider has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or I employee of the City. Accordingly, Provider shall not attain, nor be entitled to, !any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any 681hts generally afforded classified or unclassified employees. Provider further understands that Florida i Workers' Compensation benefits available to employees of the City are not available to Provider, and agrees to provide workers' compensation insurance for any employee or age t of Provider rendering services to the City under this Agreement. i 23, CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack of funds, reduction of funds and/or change in!regulations. 24. REAFIRMATION OF REPRESENTATIONS: Provider hereby reaffirms all of the I representations contained in the Solicitation Documents. 25. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and I only agreement of the parties relating to the subject matter hereof and correct!i set forth the I rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 9 1 0- 1 - 984 • • 26. COUNTERPARTS: This Agreement may be executed in two or more (counterparts, each of which shall constitute an original but all of which, when taken together, sf all constitute one and the same agreement. 27. APPROVAL BY THE OVERSIGHT BOARD: The State of Florida has appointed an Emergency Financial Oversight Board (the "Oversight Board") which is empowered to review I and approve all pending City of Miami contracts. As a result, contracts shall not be binding on i the City until such time as they have been approved by the Oversight Board. Execution of this Agreement by the City Manager shall constitute evidence of its approval by the Oversight Board. IN WITNESS WHEREOF, the parties hereto have caused this instniment to be executed by their respective officials thereunto duly authorized, this the day and year above I written. i ATTEST: Walter Foeman, City Clerk ATTEST: Print Mame: Witness +City„ CITY OF MIAMI, a municipal corporation By: Carlos A. Gimenez, City Manager "Provide I A Joint Venture By. ✓ / ��' w f Print Nam . ZLV. �� f,.. , r��; •✓ Witness 10 I • APPROVED AS TO FORM AND CORRECTNESS: Alle Vilarell t Ci Attorney Form I (a)-(RFP/Corporate) is APPROVED AS TO INSURANCE REQUIREMENTS: MARIO SOLDEVILLA Administrator Risk Management 11 I j i CORPORATE RESOLUTION 1 i WHEREAS, Integrated Regional Laboratories Partnership desires to enter into an agreement with the city of Miami for the purpose of performing the work described in the contracts to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has c9nsidered the matter in accordance with the By -Laws of the corporation; Now,'I'1IEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the I �Xft.y�r✓� lY)►-A f.7f!" �• ;.� � i illJit7.; �� - .._.r (Title of Officer) (Name of Officer)! is hereby authorized and instructed to enter into a. contract, in the name and on behalf of this I corporation, with the City of Miami upon the terms contained in the proposed cor this resolution is attached and to execute the corresponding performance bond. DATED this 7 f I- day of /01� AV C /�'. fitness Chairperson of the Board to which 2001. Directors I i (Corporate Seal) I i 61.- 984 City ofMiarnr. Florida Drug Screening Services RFP No 00-01-1/3 2.0. SPECIFICATIONS / SCOPE OF WORK 2.1 Background Information It is the City's intention to establish, for the Department of Human Resources, a t�rm Contract for the furnishing of Drug Screening Services for all prospective employees and designated current employees; sworn Police and Fire personnel; and Department of Transportation (DOT) alcohol and controlled substances testing of designated employees. This RFP will b� divided into three (3) Parts: Part I Services: Employment Drug Screening Services Part If Services: Police and Fire Drug Screening Services Part Ili Services: DOT Alcohol and Controlled Substances Testing While the City is seeking a Proposer to provide comprehensive drug screening services to meet all of its needs, Proposer may propose to provide either Part I, Part II, and/or Part III services. However, Successful Proposer shall be required to provide drug collection and testing services. 2.2 Part I Services Employment Drug Screening Services / Scope of Work 1. All tests must be performed in accordance with City of Miami Drug Teslting Protocol (copy attached). NOTE: Drug Testing protocol is subject to revision. 2. All tests must be performed by an individual who has the qualifications outlined on page one (1) of the City `s Drug Testing Protocol. 3. Provider's testing facility must be currently certified by the Department of Health and Human Services (SAMHSA), and the State of Florida. j 4. Provider must be able to conduct the following tests: urinalysis, (imm blood alcohol level, and EBT. 5. Vehicle parking shall be provided at no cost to the City, employee, or tested. 6. Provider's collection facility must have a sufficient reception area. 8 y) GCMS, licant being 01- 984 • City of Mrand, Florida Drug Screening Servt— • RFPNo 00.01-113 7. The City may require interviews of Proposers and inspection of facilities and equipment prior to selection of successful Proposer. 8. Provider must maintain all financial records customarily used in this type of operation in accordance with accepted accounting practice and standards. The City shall, through the City auditors, be permitted to examine and audit during ordinary business hours, the records of City accounts. 9. Provider must be able to perform drug testing Monday - Friday, between the hours of 8:00 a.m. - 5:00 p.m. In the event of an emergency, provider must be able to provide testing after 5:00 p.m. and/or on the weekend. 10. The City will only pay invoices submitted by the facility for whom a purchase Order has been issued. I I. Provider must provide all necessary supplies (e.g., tamper proof pre -sealed empty containers) needed for collection, testing and storing of specimens. Urine specimens certified to contain no drugs must be used for all testing. 12. Provider must be able to adhere to stringent turnaround times and specified cut-off levels of the City's Protocol. 13. Personnel involved in the administration of drug screens as required by the City must testify on behalf of the City in case of a court hearing, Civil Service hearing, or similar proceedings, relative to testing procedures. Qualified laboratory personnel must also be available to meet with City representatives to discuss testimony related to the aforementioned proceedings. 14. For employment drug screenings verbal results (negative) must be available within 24 hours of test. Written test results shall be delivered to the Department of Human Resources, 444 S.W. 2"' Avenue within 24-48 hours of completion of test. 15. Testing is primarily for applicants, AFSCME and AFSCME - 79 (Solid Waste) bargaining union members, unclassified personnel and other employees as may be required, 16. Provider's collection facility must be located within the corporate limits of the City. 17. Provider's testing facility must be located in Miami -Dade, Broward, Palm Beach, or Monroe counties. Note: The City's Drug Screening Protocol should be reviewed carefully to ensure Provider's ability to comply with specified requirements and for detailed specifications. 9 01-- 984 0 • City of Miami. Florida Drug Screening Services RFP No 00-01-113 2.3 Part II Services Police and Fire Drug; Screening Services / Scope of Work 1. All tests must be performed in accordance with the City's Drug Testing Protocol (copy attached). NOTE: Drug Testing protocol is subject to revision. 2. All tests must be performed by an individual who has the qualifications outlined in the City's Drug Testing Protocol. 3. Provider's testing facility must be currently certified by the Department of Health and Human Services (SAMHSA), and the State of Florida. 4. Provider must be able to conduct the following tests: urinalysis (immunoassay) CCMS, blood alcohol level and EBT. 5. Vehicle parking shall be provided at no cost to the City, employee, or applicant being tested. 6. Provider's collection facility must be located within the corporate limits of the City. 7. Provider's collection facility must have a sufficient reception area. 8. The City may require interviews of Proposers and inspection of facilities and equipment prior to award of this proposal 9. Provider must maintain all financial records customarily used in this type of operation in accordance with accepted accounting practice and standards. The City shall, through the City auditors, be permitted to examine and audit during ordinary business hours, the records of City accounts. 10. Drug testing will be required primarily Monday -Friday, between the hours of 7:00 a.m. - 5:00 p.m. and occasionally after 11:00 p.m. However, provider must be able to provide testing seven days a week, 24 hours a day. 11. On request Provider must be able to collect a specimen at a location other than the Provider's collection site. 12. The City will only pay invoices submitted by the facility for whom a purchase order has beenissued. City of Miami. Florida Drug Screening Services RFF No. 00-0l -113 13. Provider must provide all necessary supplies (e.g., tamper proof pre -sealed empty containers) needed for collection, testing and storing of specimens. Urine specimens certified to contain no drugs must be used for all testing. 14. Personnel involved in the administration of drug screens as required by the City must testify on behalf of the City in case of a court hearing, Civil Service hearing, or similar proceedings, relative to testing procedures. Qualified laboratory personnel must also be available to meet with City representatives to discuss testimony related to the aforementioned proceedings: 15. Provider must be able to adhere to stringent turnaround times and specified cut-off levels of the City's Protocol 16. Provider's collection facility must be located within the corporate limits of the City. I8. Provider's testing facility must be located in Miami -Dade, Broward, Palm Beach, or Monroe counties. Note: The City's Drug Screening Protocol should be reviewed carefully to ensure Provider's ability to comply with specified requirements and for detailed specifications. 2.4 Part 111 Services DOT Alcohol and Controlled Substances Screening Services / Scope of Work A. Specifications of Proposals: 1. Laboratory must be certified by SAMHSA. All tests must be performed in accordance with the Omnibus Transportation Act of 1991 (federal guidelines), as amended. 2. Vehicle parking shall be provided at no cost to the City or employee being tested. 4 3. Provider's collection facility shall have a sufficient reception area. 4. The City may require interviews of Proposers and inspection of facilities and equipment prior to award of this proposal. 5. Provider must maintain all financial records customarily used in this type of operation in accordance with accepted accounting practice and standards. The City shall, through the City auditors, be permitted to examine and audit during ordinary business hours, the records of City accounts. 01— 984 C� Cuv of Miami, Florida Drug Screening Services • RFP No 00-01-113 6. Drug testing will be required primarily Monday - Friday between the hours of 5:00 a.m. - 5:00 p.m., however, there will be circumstances when testing must occur after 5:00 p.m, and/or on the weekend. 7. The City will only pay invoices submitted by the facility for whom a purchase Order has been issued. S. Must provide all necessary forms, equipment and supplies (e.g., tamper proof pre -scaled empty containers) needed for collection and testing pursuant to DOT guidelines. 9. Personnel involved in the administration of drug screens as required by the City of Miami must testify on behalf of the City in case of a court hearing, Civil Service hearing, or similar proceedings, relative to testing procedures. Qualified laboratory personnel must also be available to meet with City representatives to discuss testimony related to the aforementioned proceedings. 10. Personnel involved in the administration of drug screens as required by the City of Miami must testify on behalf of the City in case of a court hearing, Civil Service hearing, or similar proceedings, relative to testing procedures. Qualified laboratory personnel must also be available to meet with City representatives to discuss testimony related to the aforementioned proceedings. 11. Provider's collection facility must be located within the corporate limits of the City. 19. Provider's testing facility must be located in Miami -Dade, Broward, Palm Beach, or Monroe counties. 2.5 Facility In accordance with these Specifications, Proposer's collection facility must be located within the corporate limits of the City. For drug screening services, Proposer's facility must be located within Miami -Dade, Broward, Palm. Beach, or Monroe counties. Should Proposer seek to provide either Part 1, Part 11, and/or Part III services, Proposer's facility must meet all criteria to perform those services, The City reserves the right to visit the Proposer's facility as part of the evaluation process to determine responsiveness to the requirements of the RFP. 2.6 Fees During the initial two (2) year term of the Contract, the fees proposed by Proposer shall remain fixed and firm. However, subject to negotiation with the City, the City may authorize a cost of living increase not to exceed 10% in the 3" contract year. Prices for the 4" year will remain the same as those approved for the 3rd year extension. . - 984 12 . - 984 • City of Miami, Florida Dreg Screening Services 6.9 PRICE PROPOSAL SHEETS (Paige l of 3) Description • PART I SERVICES Employmeut.Drug Screeniolt Services EST. Unit of QTY; Measure Price RFP No. 00.01.113 Extended Price 1. Urine Drug Screen (I 1 drugs) 500 screen $ -20• So /screen S/49 s?.Ja =� with Chain of Custody 2. Urine Drug Screen (8 drugs) 15 screen $20- /screen s-.70 7 J` with Chain of Custody 3. Blood Alcohol Level Test 15 screen S 1Y °a /screen $ Oa%)y� with Chain of Custody 4. Evidential Breath Testing 15 test $ If /test � �o $ o� ' S. GCMS Confirmation 25 test $.22-o" /test S <roe with Chain of Custody 6. Consultation & Testimony 25 hours S. S°•/hour $ 42J-0 Optional Medical Review Officer List any additional charges necessary (if any) to meet the terms of the contract. i' $ �J • I $ S / Vii$~ 984 City of Afiami. Florida Drug Screening Services 6.9 PRICE PROPOSAL SHEETS (page 2 of 3) PART II SERVICES Police and Fire Drum ScreeaioE Services RFP No. 00-01.113 with Chain of Custody EST. Unit of Exteoded Description __QTY. Measure Price Price 1. Urine Drug Screen (9 drugs) 1,700 screen SD /screen S 3YA0 e• with Chain of Custody 2. Blood Alcohol Level Test 15 screen with Chain of Custody 3. Evidential Breath Testing 15 test 4. GCMS Confirmation 50 test with Chain of Custody 5. Consultation & Testimony 50 hours Optional Medical Review Officer Inst any additional charges necessary (if any) to meet the terms of the contract. A,O" --mac. $ 4S `:! /screen S 22`r .e S 1 r- /test S � $ oU /test S �YQO es $ So /hour $ c2y- $ A =' / s Arzr �l slk�/ S f ➢ — 9814 � 7/ Ory of Miami. Florida Drug Screening Services RFP No. 00-0/-//3 6.10 PRICE PROPOSAL SHEETS (page 3 of 3) PART III SERVICES DOT Alcohol and Controlled Substances Testinit List any additional charges necessary (if any) to meet the terms of the contract. S Sal �.% „ , , c.:�, iiZ..vd�v�• $ $_ / NAME OF PROPOSER: 1, Z' PHYSICAL LOCATION OF COLLECTION FACILITY:_ e9061'" / PHYSICAL LOCATION OF SCREENING FACILITY:___ 133 _N. 4u, Y2--Pyye`e_ .G-� 101c. W. .7.77.'3! SOCIAL SECURITY OR FEDERAL EMPLOYER I.D. NUMBER: CZ -lCX //; O SIGNATURE: /./"`,�___^___ TITLE: L gcy k) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM AND ALL OTHER REQUIRED DOCUMENTS MAY DEEM PROPOSAL NON-RESPONSIVE. A ol- 984 s .? EST. Unit of Extended Description QTY, Measure Price Price 1. Urine Drug Screen (5 drugs) 300 screen S c�O'c /screen $ v_ with Chain of Custody, Medical Review Officer 2. Evidential Breath Testing 300 test SX°- /test S yf00 0-0 3. GCMS Confirmation 25 test S _V - /test $_ S'r�J' as with Chain of Custody 4. Consultation & Testimony 10 hours S 6-�' /hour S,_6� "—& List any additional charges necessary (if any) to meet the terms of the contract. S Sal �.% „ , , c.:�, iiZ..vd�v�• $ $_ / NAME OF PROPOSER: 1, Z' PHYSICAL LOCATION OF COLLECTION FACILITY:_ e9061'" / PHYSICAL LOCATION OF SCREENING FACILITY:___ 133 _N. 4u, Y2--Pyye`e_ .G-� 101c. W. .7.77.'3! SOCIAL SECURITY OR FEDERAL EMPLOYER I.D. NUMBER: CZ -lCX //; O SIGNATURE: /./"`,�___^___ TITLE: L gcy k) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM AND ALL OTHER REQUIRED DOCUMENTS MAY DEEM PROPOSAL NON-RESPONSIVE. A ol- 984 s .? .e . � • U Mltl r: uQ- � M1r.DrnA • He" Carts iodetaotty. Inc. P O Dolt SSS Nashvik 7N 37202-0SSS Phone - 61 5/344 -us 1 FAX -611/344-sa[9 au46rlru6,1 • 1-6144 r.uw vuc r-oie CERTIFICATE OF INSURANCE V DATE: 1/1/2001 coal: 0786 City of Miami, c/o Proetmeneat Mmtagement Division folders 444 SW 2nd Ave., 71h Floor Miami FL 33130 f franca ceveraW as parok%d by the ►edicotadpoloy has been iasued to: MCH INC AND SUBSIDIARY ORGANIZATIONS EXISTING NOW OR HFRFAFTER CREAMED OR ACQUIRED ONE PARK PLAZA NASMVII I.E. TH 37202.0550 •a . ; :, a 'ay a polity number b In Ib1Ee txr Ula dale of Garfiar�e twwnoe hnwtsnc a It ft(C d only "i" rasped m auras coverages %r wnieh a specific fit* , . •::.: , • :, .h❑ tit and is subsea to al Uro Warned IN Poky having eufater�e etereio This t3sedllote dt hbwranc� ne�ler efftttyWey 7281 napeliVay antandc, iie afforded under any 0oiey ide rMad heroin POUCYNO. POLICY PERIOD Comprehensive General Liability — EX 1.1-2001 HCI -10101 Occumnce Fotm Exp. 1-1-2002 TYPE OF INSURANCE LAM OF LIABILITY Comprehensive General Liability — $1,000,000 Each rind Every Occumnce Fotm occurrence • Bodily DIImy Properly Damage 51.000.000 Agenegate Product aflld Completed Operations Petsottat and Advertising injury Health Care Professional Liability — $11000.000 Each and Every Occunince Form qctuxrence $1,000,000 Aggregate SF'L:f.Ir�l.. G(ADiTIONS/OTHER COVERAGES: THE NAMED iNSURED INCLUDES lNnaRA1ED REGIONAL LABORATORIES COIR 8206 of tiiami 1:, warned addidonnl Insarad as respects the 6encrrl liability portion of this policy as the n:uned inst red's interest appears in contract I35719, nurnbwr4443. ance:llatiun. Should any of the above described policies be canceled before the eMiraaon date them&, the issuing company will endeavor to mail ninety s •-,rittefl rlcttice to the above named cartiflcate holder, but failure to trail such notice shall Impose no obligation or liability of any Wnd upon"anmpany. --- . =;= Jempse OUPCOMOned CAut ert"d 40lonstue4l Awthemew t:Iteenssw —fro, C7 Aug -15-01 05:35pm From-IRLSFAX Alia—M-2001 l6:12 Ron at ion eta`r.s ♦1541170211 0 T-244 P.002/002 F-585 625 771 8179 P.Sii01 uvoL_=W—Aw­ TWOMMMATSIS XSUlaASAM4TrM0P1NlIOlMA,7I0M a5 r�nasaee a �esl�lvd AM in suiEe 680 720La suite 68 R11 37067 tJ91► D�.YAN�CONiQarlp�[CH'�ZilQ�l7iiLC�:1!«A77L AMS.CMM M=M= CgKnYMLI� VM NOT A. OM ALM TffX 0VIAGEA9lr10W4MSVT=P0LiC=SWOW. S+3[JSitILFr AMIMG COVIR"S latmIDI/k Surieh Amriean us co wl�aa Bch -The Healthcare Comany, am Dark ?laza OIRRCRC P.O. Box 559 Neahariilw 171 37202-055 USA IMN�ta f1�iRb • �► S Mf09JC=f3FIM MtANtF UpRUSOAMHAV90M MM70 1MIPMi 31 #,MTAN[]MANVR>tt(Lq MWr'IM0SCCMIMNOVANYCOMMMOACIMMDOCIJ1U AYBEESURD011 MAY IPMTAW.rlE7NSWANQANORDEDdYTM2IO{aCafO9=WEDHPJWTXKMJC=TOAL1.TWiERW,VMC7.IJ5I0au/WD 0 OPSUCHMMELMMATSHE33HD"MA,VHAVENGNMMM fAMM AWvR FMIIMPOlJCY ISM IIOf1:AMD. WMR =I10*M=7WSCMI im MMOASK 71RR Of NR7aANA! IQ.etYbYlt�t MOI, omm NST! WIRM P1aA110N CATryI1wIRNT1� umn MMSOAMA=AWwwI r CR0- "GOALuUNLF" C1.AMt HADD[] OCCOt YMf a1?(Aw�r a�ieal rs�4owe[.aAov lWRtr i c�tALAOWIYGA'ly eren'LAGGROGNULM AMMLIMw 19t PMJL-f ❑ 11Er Q LAC PRCWKVn-COWMP ACO LIARIAj}y X AIYrAURI A" 2938575-00 Auea VIM - :/1102 CL�IJre75l1IrA�LMT AL LC WHW • Vr0% YOgLY LLQIST SCHOW MAUTM tlwh! X M1aln Aum aoDtLY 1PrIAY WN 7wr4m AM= 4iro%0 IaOI�TOAwJ10k fb•�w� wIJ':O OIi.T - EA 11CCMRYT 6.►RAGC LIAap.T1Y AMT AM OTIMATWJI MA AM - ascrsu�►wsry CLAIMS MALE AQGWAA79 LfaOL� f. Riri>E7ri70N f W�iCOM�Nrnalf� LL49Vry 93 t-oD WC -Lases Deductible 1/1/01 1/1/47 X LLPWFASiaipLXV UWr $S, 000, 000 1 g4DIiP/►7aIIADIpLOy� 55,000.000 OTRW A7'IOIRI.Lra•nowan ora AiR7iD e•Y kwDOR /e/liUl. f --02.9a • 04so Integrated Regional Laborsnorieo 5361 M 33rd Avonwe Ft- LAudwrdale'. rL 33309 usA POUWAMTOFWAMVAMSMIW( LCMeAO►WMlmbRRaos71Ro09RAPOH DINS Tt.'111iL 1wi1lING COIQANT 1MY1. f•JIOLIYO4 10 MALL. bDAYSW17JdMOI'I[['1o1118C�1pXA1>jMLLI NMffl7lO�l+h��►1. itll >wC�lts To m SOWtALL DmPM MO OrLIGAT1owca LI,si1TY MEtiMr"Wal toCuma f.niAOErn9OILAVRasIR1lTA7Tar6w A�WdatM7lvE �i0"i _� NeratoKn I 510000481890 HnldeeldeStit r : _ TOTR( P. Al EL CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members DATE ` SEP 1 2 ...; FILE: of the City Commission SUBJECT: Assignment of Drug Screening Agreement FROM:�Zlw REFERENCES: Pars A. �Gi City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution consenting to the assignment of the Professional Services Agreement for drug screening services by Integrated Regional Laboratories to Universal Toxicology Laboratories. BACKGROUND A Professional Services Agreement effective July 30, 2001, was executed between the City of Miami and Integrated Regional Laboratories for the provision of drug screening services (Police and Fire; Commercial Driver's License; and New Mv: s and General Employees) for current and prospective employees. Integrated Regionul Laboratories has been purchased by Universal Toxicology Laboratories. Pursuant to City policies and procedures, the various labor agreements and federal law,. the City is required to perform drug screening services. In an effort to ensure compliance with the aforementioned regulations and to avoid an interruption of said services, approval of the request by Integrated Regional Laboratories to assign the Professional ServicesA cement to Universal Toxicology Laboratories is recommended. CAG/RJN/ARB/RSJ J 141111F INEF CONTRACT REVIEW AND ANALYSIS FORM ATTACH SUPPORTING DOCUMENTS DATE: 6/26/01 L DEPARTMENT/DIVISION: Department of Human Resources CONTACT PERSON/CONTACT NUMBER: Reale S. Jones 416-2102/Angela R. Bellamv 416-2110 CONTRACTING ENTITY: integrated Regional Laboratories RESOLUTION NUMBER: 01-558 BID/PROJECT NUMBER: 00-01-113 (IF APPLICABLE) , rti BUDGETARY INFORMATION: Me funds budgeted? ® YES ❑ NO If yes, -� TOTAL DOLLAR AMOUNT: $67,000 ® EXPENSE. ❑ REVENUE SOURC13 OF FUNDS! General Fund ACCOUN'r CODE(S) 270101-240 $25.850 280101.240 114,325 240201.240 $24,825 If grant funded, is there a City match requirement? ❑ ITS ❑ NO AMOUNT: N/A Are matching funds Budgeted? ❑ YES ❑ NO Account Code(s): N/A t •r TERMS OF CONTRACT: Effective Date July 30, 2001 Escalating Clause, if any: Up to 10% increase effective the fust day of the first option period thr ugh the end of the 411, year. Contract Period (s): 2 years commencing on July 30, 2001 plus 2 options of 1 year each Penalties, (if any), for termination: None Payment terms: Within 45 days after receipt of Provider's invoice If grant funded, list restrictions/requirements, if applicable: N/A SUMMARY/DESCRIPTION OF CONTRACT OR AGREEMENT Is this an extension? ❑ YES ® NO If YES, actual expenditures in previous contract Year JUSTIFICATION FOR CONTRACT OR AGREEMENT (Include why it w needed, consequmc" if not authorized or approved and time constraints, if uly.) This agreement is required to ensure drug screening services for new hires and current employees as requested; to ensure drug screening services pursuant to the federal government's Omnibus uanspottation Employee Testing Act of 1991; and to ensure drug screening services are available pursuant to the Fraternal Order of Police and International Association of Firefighters labor agreements. METHOD OF PURCHASE (If applicable) ❑ Telephone quotes ❑ Single Purchase ❑ Written quotes ❑ Short -Term Contract ❑ Negotiated Purchase ❑ Term of Contract ❑ Sole Source (include documentation) ❑ Lease (Type: _.._. ❑ Bid Waiver (include documentation) ❑ Other ® Formal Bid/Proptiml (include bid tabulation/proposal ranking) PREVIOUS AWARDS OF BIDS (IF APPLICABLE) From most recent: 1) Integrated Regional Laboratories 2) C b 3) lab i APPROVAL: �_.. ` 7 / DATE: 6 %J�� Cath$; Cmtm.es, G Manager . APPROVAL: �` D l' I �� �4 Financial Oversight Boird 5361 N.W.33(d Avenue Fort Lauderdale, Florida 33309 954 777-0018 1-800 522.02.32 fox: 954 777-0211 June 28, 2001 Dear Client: INTEGRATED REGIONAL LABORATORIES Integrated Regional Laboratories ORL) is pleased to announce that as of June 12, 2001, Universal Toxicology Laboratories (UTL) has purchased our toxicology laboratory. Like IRL, UTL specializes in forensic and clinical toxicology testing. The two companies share the same values and commitment to providing excellent services. UTL has assured IRL that during this transition there will be no interruption in service to our clients. The new laboratory, UTL, will maintain the same federal and state licertsures under which IRL toxicology operated. Enclosed in this mailing is a letter from M. Ronald Backer, 'UTL's president, as well as some important information from IRL's Accounts Receivable Department. Both IRL and UTL have worked diligently to help ensure a high level of customer service and satisfaction in the future. Since rely, ,�QG Richard Thomas Executive Director 61— ASSIGNMENT, ASSUMPTION AND CONSENT TO ASSIGNMENT AGREEMENT This Assignment, Assumption and Consent to Assignment Agreement is made and entered into this day of 5 by and among Integrated Regional Laboratories, a Joint Venture ("Assignor"), Universal Toxicology Laboratories, a Limited Liability Corporation ("Assignee"), and The City, of Miami, a municipal corporation of the State of Florida ("City"), for the assignment and assumption of Assignor's rights and obligations under a Professional Services Agreement. RECITALS A. Effective July 30, 2001, Assignor and the City entered into a Professional Services Agreement for the provision of drug screening services for existing and prospective City of Miami employees (the "Agreement"). B. Assignee is a Limited Liability Corporation specializing in forensic and clinical toxicology testing. C. Assignee has purchased Integrated Regional Laboratories. D. Assignor wishes to assign to Assignee, and Assignee wishes to assume, all of the Assignor's rights and obligations under the Agreement. E. Section 18 of the Agreements provides that the Agreement may not be assigned without the prior written consent of the City. NOW, THEREFORE, in consideration of the covenants and agreements herein set forth and other good and lawful consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto, intending to be legally bound, agree as follows: 1. RECITALS. The foregoing recitals are true and correct and are hereby incorporated in this Agreement by reference. 2. REPRESENTATIONS: Assignor and Assignee represent and warrant to the City that: (i) Assignee is a Limited Liability Corporation existing and in good standing under the laws of the State of Florida, and specializing in forensic and clinical toxicology testing, (ii) Assignee is fully qualified, licensed and capable of performing the services described in the Agreement; and (iii) the assignment provided for herein is intended to accomplish an internal corporate purpose of Assignor and will not alter the method of delivery of services to the City. Assignor and Assignee acknowledge that the City is relying on these representations in granting its consent to the assignment, and, in order to induce the City to give its consent, Assignor and Assignee warrant that the representations set forth herein shall remain true and correct throughout the term of the Agreement. 3. ASSIGNMENT AND ASSUMPTION. The Assignor hereby assigns to Assignee all of Assignor's rights and obligations under the Agreements. Assignee hereby accepts the Assignments and assumes all of the Assignor's rights and obligations under the Agreements to the same extent for all purposes as if Assignee were originally named as the Provider under the Agreements. 4. CONSENT TO ASSIGNMENT: The City hereby consents to the Assignment. 01-- 984 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date set forth above. "ASSIGNOR" Attest: Integrated Regional Laboratories, a Joint Venture By: Print Name: Attest: By: Print Name: Witness Witness By: Walter Foeman, City Clerk Approved as to Form and Correctness: Alejandro Vilarello, City Attorney By: Print Name: Title: "ASSIGNEE" Universal Toxicology Laboratories, a Limited Liability Corporation By: Print Name: Title: "CITY" City of Miami, a municipal corporation By: Carlos A. Gimenez, City Manager Approved as to Insurance Requirements: Mario Soldevilla, Risk Management Administrator ASSIGNMENT OF PROFESSIONAL SERVICES AGREEMENT AWARD SHEET ITEM: Drug Screening Services DEPARTMENT: HRD RECOMMENDATION: It Is recommended that the City Manager consent to the assignment by Integrated Regional Laboratories to Universal Toxicology Laboratories, a Professional Services Agreement for drug screening services between Integrated Regional Laboratories and the City of Miami, on the terms and conditions set forth in exhibit A, for the Department of Human Resources; further authorizing the City Manager to execute a Consent to Assignment, substantially in the form attached hereto. D ctor f rchasin /�n vl Date AwardSheet 01— � ��