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