Loading...
HomeMy WebLinkAboutR-97-0388J-97-355 6/2/97 RESOLUTION NO. 9 0— 3 8 8 A RESOLUTION ACCEPTING THE PROPOSAL OF COLUMBIA/CEDARS MEDICAL CENTER, FOR THE PROVISION OF DRUG SCREENING SERVICES FOR THE DEPARTMENTS OF FIRE -RESCUE AND POLICE, ON A CONTRACT BASIS FOR AN INITIAL TERM OF TWO (2) YEARS WITH TWO (2) OPTIONS OF ONE (1) YEAR EACH, AT AN ESTIMATED COST OF $31,625.00 DURING THE FIRST YEAR OF THE INITIAL PERIOD; FURTHER, PROVIDING FOR A 3% ANNUAL INCREASE, PER UNIT/TEST PERFORMED, EFFECTIVE THE FIRST DAY OF THE FIRST OPTION PERIOD UNTIL THE END OF THE CONTRACT PERIOD; ALLOCATING FUNDS THEREFOR FROM THE GENERAL OPERATING BUDGETS OF THE DEPARTMENT OF FIRE -RESCUE (ACCOUNT CODE NO. 280401-260) AND DEPARTMENT OF POLICE (ACCOUNT CODE NO. 290201-260); AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, OR TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID SERVICES. WHEREAS, Requests for Proposals were mailed to 42 firms seeking a broad range of responses from drug screening providers and to afford a competitive process for the provision of said services; and WHEREAS, said services will be used by the Departments of Fire -Rescue and Police for the purpose of performing drug screening profiles for designated annual and miscellaneous physical examinations/screenings; and WHEREAS, two (2) responses were received on May 8, 1997 to provide said services; and CITY COMMISSION MEETING OF J U N 0 9 1997 Resolution No, 91- 388 WHEREAS, the proposal received from Columbia/Cedars Medical Center, was the most advantageous to the City'; and WHEREAS, funding is available for the payment of compensation during the first year of the initial period in the amount of $31,625.00, from the General Operating Budgets of the Departments of Fire -Rescue and Police; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The proposal of Columbia/Cedars Medical Center, for the provision of drug screening services for the Departments of Fire -Rescue and Police, on a contract basis for an initial term of two (2) years with two (2) options of one (1) year each, at an estimated cost of $31,625.00 during the first year of the initial period, further providing for a 3% annual increase, per unit/test performed, effective the first day of the first option period until the end of the contract period, is hereby accepted, with funds therefor hereby allocated from the General Operating Budgets of the Department of Fire Rescue (Account Code No. 280401-260) and Police Department (Account Code No. 290201-260). - 2 - y •• Section 3. The City Manager is hereby authorized to execute a contractl/, in a form acceptable to the City Attorney, or instruct the Chief Procurement Officer to issue a purchase order for these services. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 9th day of Jiine 1997. CAROLLO, MAYOR ATT ST- WALTER J. OEMAN CITY CLERK APPROVED AS TO FORS[ AND CORRECTNESS: A. I QU J�, III CITY A 0 E W1623a:BSS 1•� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 3 - Mulm 1 CITY OF MIAMI, FLORIDA 28 INTER -OFFICE MEMORANDUM + To : The Honorable Mayor and DATE : JUN 2 1997 FILE Members of the City Commission SUEUECT : Recommendation for Resolution and Award of RFP 96-97-060 - Part II FROM : / _ F� Marquez REFERENCES: (Drug Screening Services - City Manager ENCLOSURES: !Police and Fire) 1 176 RECOMMENDATION It is respectfully recommended that the City Commission adopt a resolution awarding Request for Proposals 96-97-060 - Part II to Columbia/Cedars Medical Center, a non - minority proposer, to provide drug screening services to the Department of Human Resources. The proposed contract will be effective for an initial two year period with the option to extend for two additional one-year periods. Compensation during the first year of the initial contract period is in the amount of $31,625. BACKGROUND In an effort to secure a broad range of providers, invitations to perform drug screening services for the City of Miami were sent to 42 firms. This effort resulted in responses from 2 firms, one of which was deemed non -responsive. The need for laboratory services is outlined in Section 3(f) of Ordinance No. 8526 adopted by the City Commission on January 20, 1976. The specifications for this mandate are for the Department of Human Resources to establish and maintain medical services which shall include a medical examination of employees and prospective employees. Drug screening services will include performing drug profiles on police and fire sworn personnel. The need for such services is mandated by the various applicable labor agreements. Funding is available within the fiscal year 1996-97 operating budgets of the Departments of Fire -Rescue and Police to cover the cost of these services (Account Codes: 280401- 260 and 290201-260). 1 97- 388 w CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Judy S. Carter DATE : May 15, 1997 FILE: Director Department of -Purchasing SUBJECT: RFp #96-97-060 -Part II (Drug Screening Services) Approvals FROM: g R. lamy REFERENCES: Director ENCLOSURES: Department of Human Resources The Department of Human Resources has verified available funding with the Office of Budget and Management Analysis that funds are available to cover the cost of the subject Request For Proposals in the amount of $31,625 Account Code Number(s): 280401-260 and 290201-260. Y�- Parekh Director Office of Budget and Management Analysis 97- 388 3 AI 1 CITY OF MIAMI I REQUEST FOR PROPOSAL FOR - . DRUG SCREENING SERVICES POLICE AND FIRE (PART II) Columbia/HCAI Toxicology Testing Cedars Medical Center Service, Inc. Est Description Q!y Unit/Extended Cost Unit/Extended Cost Urine Drug Screen (11 drugs) 1,100 $13.50/14,850.00 $26.00/28,600.00 with Chain of Custody Urine Drug Screen (9 drugs) 200 12.75/2,550.00 26.0015,200.00 with Chain of Custody Blood Alcohol Level Test with 15 10.00/150.00 26.00/390.00 Chain of Custody Evidential Breath Testing 15 15.00/225.00 10.00/150.00 GCMS Confirmation with 50 25.0011,250.00 50.00/2,500.00 Chain of Custody Consultation & Testimony 50 hrs. 150.00/7,500.00 200.00/10,000.00 TOTAL PART 11 $26,525.00 $53,340.00* Other: Review by Medical Review Officer 1,300 0.00/0.00 $5.00/6,500 EBT-Positive confirmations require a second test at $25.00 each. $25.00 each Off -site testing $40.00 per hour i Courier run to meet 12-hour turnaround $12.00 per courier run i Emergency Room Collections $15.00 per hour Cost of Living Increase, if any, after 2 years. 3% 10% i j `Response package figure = $59,840.00 i i 5 97-- 388 y w City of Miami Proposal Tabulation Drug Screening Services Part II - Police and Fire A. Professional Experience and Qualifications - Total 30 points 1. Drug Screening Experience (10) 15 years or more = 10 points 11-14+years = 7 points 6-10+years = 4points 5+ years or less = 1 point 2. Drug Screening Experience with governmental agency (15) 15 years or more = 15 points 11-14+ years = 10 points 6-10+ years = 7 points 5+ years or less = 2 points 3. Annual Drug Screening Experience (5) Yes = 5 points No = 0 points B. Price - Total 35 points Low Bidder = 35 points Second Lowest Bidder = 30 points Third Lowest Bidder = 25 points Fourth Lowest Bidder = 20 points Fifth Lowest Bidder = 15 points Sixth Lowest Bidder = 10 points Seventh Lowest Bidder = 5 points Eighth Lowest Bidder and remaining = 0 points C. Facility - Total 30 points a) Equipment (IS) ■ On site back-up equipment = 15 points ■ Back-up equipment at another facility within City limits = 10 points ■ Back-up equipment at another facility outside Dade County/ no back-up equipment = 0 points b) Parking (Collection Site) (5) ® Parking for 10 vehicles or more = 5 points ■ Parking for 6-9 vehicles =2.5 points 0 Parking for less than 5 vehicles = 0 points c) Facility (10) i Reception area for at least 10 individuals = 5 points ® Collection site and testing facility location together = 5 points D. Minority/Women Business Certification & Affirmative Action (S points) ■ Minority participation = 3 points Y Certification by City of Miami as M/WBE = 2 points TOTAL POINTS APPROVED W Proposers . Columbia/ Toxicology Testing Service, Inc. Cedars Medical Center 5426 N. W. 79th Avenue 1400 N.W. 12 Avenue Miami, Florida 33166 Miami, Florida 33136 Dade County / Non -Minority Local / Non -Minority 7 2 5 35 15 5 5 5 0 79 S L� S V 97- 388 7 t Ulty Or IViltl1111, rfUltua -•- 6 { `V`ENDOR BACKGROUND MOW ' TION INSTRUMONS: This questionnaire is to be included with your bid. Do not leave any questions unansivered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME• Cedars Realthcare Group, Ltd. dba/Columbia Cedars Medical Center i COMPANY OFFICERS: i President Steve Sonenreich, CEO Vice President David Schoenborn, CFO Secretary Treasurer - — - COMPANY OWNERSHIP: Health Foundation 46.33 %of ownership Columbia Hospital Corp., Central Miami 20.00 %of ownership Columbia Hospital -Miami, Ltd. 16.42 %of ownership Columbia Hospital Corp., Holdings Inc. 9.93 %of ownership LICENSES: 1. County or Municipal Occupational License No. 377861-1 (attach copy with bid) 2. Occupational License Classification 213-Hospital/Emergency Room 3. Occupational License Expiration Date: September 1997 4. Metro -Dade County Certificate of Competency No. Not Applicable (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. 75-246-1475 EXPERIENCE: 6. Number of Years your organization has been in business: Since 1961 7. Number of Years experience BIDDER/PROPOSER (person, principal of fum, owner) has had in operation of the type required by the specifications of the Bid or RFP: Since 1985 i 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in ioperation of the type required by the specifications of the Bid or RFP: Since 1985 97- 388 9 ski TIME PERIOD CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: DRUG SCREENING SERVICES AWARDED TO: COLUMBIA / CEDAR'S MEDICAL CENTER PRIOR SOLICITATION DOLLAR AMOUNTS 1991 No. 91-92-009 $ 39,522.50 Columbia /Cedars Medical Center - ownership: Steve Sonenreich, CEO, President (Previously awarded to Consulab, Inc. and subsequently assigned to Toxicology Testing Services, Inc.) j PRIOR CONTRACT AWARD: $39,522.50 (Consulab, Inc. and subsequently assigned to Toxicology Testing Services) 4 SUMMARY OF CONTRACTS. DOC 57- 388 11 Q� a CITY OF MIAM1 OFFICE OF THE CITY _.ERK BID SECURITY LIST _ x: BID ITEM: DRUG SCREENING y l- BID NO.: 96-97-O60 DATE BID(S) OPENED: MAY 8, 1997 TIME 11: O U a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK TOXICOLOGY TESTING SERVICE, INC. COLUMBIA/HCA / CEDARS MEDICAL CENTER LABORATORY CORPORATION OF AMERICA UNITED TESTING GROUP riERCY OUTPATIENT CENTER "Offers from the vendors listed herein cre the only offe received thnely cis of thA ahQZrD 0:^7.' ; f; other offers submit!cd in to date and if- cm , are hereby re-acled as late." c received (, envelopes on behalf of i erso e ing bids) PU CHASING DEPARTMENT on c' (City Department) (Date) SIGNED: Deputy City Clerk SENT BY:CITY OF MIAM1 ; 4-30-97 ; 5:57PM ; PROCUREMENT MGMT,-+ w • � MICHAEL G. LAVIN Acting Director + „g, Hot EDWARD MARQUE,Z APRIL 30, 1997 ON Manager �Vyti� ADDENDUM NO. l VIA FAX AND REGULAR MAIM. RFP 96-97-060 DRUG SCREENING The following c:larifica ion is being made to the above RFP issued by the City of Miami. Seven (7) comp ete copies of the Proposal(s) should be submitted with a Response. ADDITIONALLY, V ORDER TO ALLOW PROPOSERS MORE TIME TO SUBMIT A RESPONSE. TO TITJ 5 RFP, RESPONSES 'TO THIS SOLICITATION ARE NOW Dirt NO I.,ATER THAN T URSDAY, MAY 81, 1997 AT 11:00 A.M. ALL 0 FHER TERMS AND CONDHH-IONS OF THE ORIGINAI. LETI-ER OF INTEREST REMAIN TIIF. SAMF.. 4-P CRRFLY S. C CJREMENT OFFI .K THIS ADDENDUM 19 TO 3E SIGNED AND DATED BY ALL PROPOSERS AND SUBMI'1TFD AS PROOF OF RECEIPT WITH THE S1 1AMISSICIN OF PROPOSALS. SIGNATURF: NAME OF FIRM: DATE.: - — DE RTMENT OF FINANt:E/ PROCURFMEN r MANAGEMENT DIVISION 4445... , 2nd Ave.nur, 6th Floor/Miami, Flnrida 33130/(305) 416.1900/Fax: (305)416.1925 Mailing Address: P.(). Bux 330708 Miami, hL 33233-0700 cittv of gRtami - G�qY OFA! I MICHAEL G. LAVIN F�� v3 EDWARD MARQUEZ Acting Director c 11111"t stilt APRIL 30, 1997 City Manager C-0 0 ADDENDUM NO. 1 VIA FAX AND REGULAR MAIL RFP 96-97-060 DRUG SCREENING The following clarification is being made to the above RFP issued by the City of Miami. Seven (7) complete copies of the Proposal(s) should be submitted with a Response. ADDITIONALLY, IN ORDER TO ALLOW PROPOSERS MORE TIME TO SUBMIT A RESPONSE TO THIS RFP, RESPONSES TO THIS SOLICITATION ARE NOW DUE NO LATER THAN THURSDAY, MAY 8, 1997 AT 11:00 A.M. ALL OTHER TERMS AND CONDITIONS OF THE ORIGINAL LETTER OF INTEREST REMAIN THE SAME. THIS ADDENDUM IS TO BE SIGNED AND DATED BY ALL PROPOSERS AND SUBMITTED AS PROOF OF RECEIPT WITH THE SUBMISSION OF PROPOSALS. SIGNATURE: DATE: NAME OF FIRM: DEPARTMENT OF FINANCE/ PROCUREMENT MANAGEMENT DIVISION 444 S^ 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 416-1900/Fax: (305)416-1925 Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 c� _f T —+ n <�'—ri M ^r { fr1 _ > l,J h Er CITY OF MIAMI i ADVERTISEMENT FOR PROPOSAL Sealed proposals will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: RFP NO.96-97-060 It is the intention of the City of Miami to establish for the Department of Human Resources a contract for the furnishing of Drug Screening Profiles on 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. OPENING DATE: 10:00 A.M. May 1, 1997 Detailed specifications for this RFP are available upon request at the City of Miami, Procurement Division, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1904. Edward Marquez CITY OF MIAMI City Manager LOGO AD NO. 4334 c� n via i M r7i '' Oo `. City of Miami REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement INSTRUCTIONS: Please type and tth vwith this reguisition. 1. Department: 2. Division:' P.t�+�Ctlld.l;ti[:id'J'j�IlUtiil,t3 RI�3L1G12C15 3. Account Code number: d. Is this a confirmation: 5. Prepared by: 2`70101- 773 t ❑ Yes ❑ No NTu CY B. DORTA 6. Size of advertisement: f 7. Starting date: 8. Telephone number: 04-15--97 416-1906 9. Number of times this advertisement is to be7-TY—o of advertisement:ublished: Legal ❑ Classified ❑ Display 11. Remarks: , DID No. bG--97-060 t Publication Date(s) of Invoice No. Amount Advertisement i MIAMI TIMES • ri?.A1' I HER LD EK.-01"EVC:1 HERALD tnr-7 o -+ -< 1 � :x�p i �3 fJ 0 r > t..Sl I i i 13. ; ❑ Approved 1 ❑ Disapproved i Department Director/Designee Date Approved for Payment Date C iGS/PC 503 Rev. 12/89 1 Routing Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department r}1 }r,4rA