Loading...
HomeMy WebLinkAboutR-92-0208J92-251 03-24-92 92-- 208 RESOLUTION NO. A RESOLUTION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSAL OF CONSULAB, INC., TO FURNISH DRUG SCREENING PROFILES AND LABORATORY SERVICES FOR THE DEPARTMENTS OF PERSONNEL MANAGEMENT, FIRE, RESCUE AND INSPECTION SERVICES AND POLICE, AT AN ESTIMATED AMOUNT OF $39,522.50, WITH SAID FUNDS THEREFOR BEING ALLOCATED FROM THE APPROPRIATE FUNDS AS LISTED HEREIN; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH CONSULAB, INC., FOR AN INITIAL THREE (3) YEAR PERIOD; AND AUTHORIZING THE CITY MANAGER THEREAFTER TO EXTEND THE AGREEMENT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, UPON THE SAME TERMS AND CONDITIONS, WITH A PROVISION FOR A COST OF LIVING INCREASE, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, thirty two (32) Request for Proposals solicitations were mailed to various firms to seek a broad range of responses from drug screening providers and to afford a competitive process for the provision of these services; and WHEREAS, this service will be used by the Department of Personnel Management for the purpose of performing drug screening profiles as part of pre -employment, designated annual and miscellaneous physical examinations; and WHEREAS, two proposal responses were received and opened on November 6, 1991, to provide said services; and WHEREAS, the proposal received from Consulab, Inc., was the most advantageous to the City; and ma It C0HTAIIN' E ED CITY COMMISSION MEETING OF APR 0 2 1992 Resolution No. 92- 208 WHEREAS, funding is. available in the operating budgets of various administrative departments, to be allocated from the appropriated funds as listed herein: Account No. 280101-260 - Fire Department; Account No. 290210-260 - Police Department; and Account No. 921014-270 - Special Programs and Accounts; 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 for furnishing drug screening profiles and laboratory services is hereby accepted from Consulab, Inc., at an estimated amount of $39,522.50, with said funds therefor hereby allocated from Account No. 280101-260 - Fire Department; Account No. 290210-260 - Police Department; and Account No. 921014-270 - Special Programs and Accounts. Section 3. The City Manager is hereby authorized to enter into an agreement in substantially the attached form, with Consulab, Inc. for an initial three (3) year period, and to extend said agreement for two (2) additional one (1) year periods, upon the same terms and conditions, with a provision for a cost of living increase in the fourth (4) and fifth (5) years, subject to the availability of funds. 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. -2- g?- 208 Section 4. This . Resolution shall become effective immediately upon its adoption. 1992. PASSED AND ADOPTED this 2n_d__day' of XAVIE SUAR�—, �MAYOR ATTES 4MATTHIRAI City Clerk PREPARED AND APPROVED By' CARMEN L. LEON Assistant City Attorney APPROVED AS TO FORM AND CORRECTNESS: JONEII City AttWty -3- i. ftSSIONAL SERVICES AGREEM 1 This Agreement entered into this day of 19`, by and between the City of Miami, a municipal corporation of the State of Florida, hereinafter referred to as "CITY", and Consulab, Inc. a Florida Corporation, hereinafter referred to as "PROVIDER." R E C I T A L: WHEREAS, the CITY is desirous of entering into an agreement with Consulab, Inc. for the purpose of securing a firm to provide drug screening services; and r WHEREAS, this service will be used by the Department of Personnel Management for the purpose of performing drug screening profiles as part of pre -employment, designated annual and F, �< miscellaneous physical examinations and to p y perform substance tt abuse testing when needed; and WHEREAS, funding is available in the operating budgets of I the Fire, Rescue and Inspection Services, Police and Special Programs and Accounts to cover the cost of said Agreement; _0 VIN NOW, THEREFORE, in consideration of the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto understand and agree as follows: I. TERM- The term of this Agreement shall be from the 1st day of May 1992 through May 1, 1995 at the same prices, terms and - 1 - 92-- 208 conditions. Thisr.9�reement may be renewed up mutual agreement t of the parties hereto for two (2) additional one year periods at the same terms and conditions with the provision for an increase in the fourth year of the Agreement based on the increase of the Consumer Price Index between the third and the fourth year of the Agreement, not to exceed 20%. Prices for the 5th year will be the same as those approved for the 4th year. Renewals subject to the availability of funds. II. SCOPE OF SERVICES PROVIDER will provide the services included in Attachment "A" as incorporated herein. COMPENSATION; A) CITY shall pay PROVIDER,. as maximum compensation for the services required pursuant to Paragraph II hereof, thirty --nine thousand five hundred twenty-two dollars and fifty cents ($39,522.50) for the first year of this Agreement. The annual compensation will vary as the number of drug profiles requested will vary annually. Attached and incorporated herein as Attachment "B" is the itemized unit cost for drug screening services. B) Such compensation shall be paid on the following basis: 1) Payment shall be made monthly for work performed the previous month upon submission of properly certified invoices. C) CITY shall have the right to review and audit the time records and related records of PROVIDER pertaining to any payments by the CITY. i 2 t 92-- 208 e IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local governments. V. GENERAL CONDITIONS: A) All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier• CITY OF MIAMI PROVIDER Angela R. Bellamy Consulab, Inc. Assistant City Manager 1400 N.W. 12th Avenue City of Miami Miami, FL 33136 Office of the City Manager P. 0. Box 330708 Miami, FL 33233-0708 B) Title and paragraph headings are for convenient reference and are not a part of this Agreement. C) In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall rule. - 3 - 92- 208 D) do waiver or breach of any provisioi, of this Agreement shall 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. E) Should any provisions, paragraphs, sentences, words or phrases 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 provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, 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. VI. OWNERSHIP OF DOCUMENTS: All documents developed by PROVIDER under this Agreement shall be delivered to CITY by said PROVIDER upon completion of the services required pursuant to paragraph II hereof and shall become the property of CITY, without restriction or limitation on its use. PROVIDER agrees that all documents maintained and generated pursuant to this contractual relationship between CITY and PROVIDER shall be subject to all provisions of the Public Records Law, Chapter 119, Florida Statutes. It is further understood by and between the parties that any information, writings, maps, contract documents, reports or any other matter whatsoever which is given by CITY to PROVIDER pursuant to this Agreement shall at all times remain the property - 4 - 92- 208 1 of CITY and shall not be used by PROVIDER fof any other purposes whatsoever without the written consent of CITY. VII. NONDELEGABILITY That the obligations undertaken by PROVIDER pursuant to this Agreement shall not be delegated or assigned to any other person or firm unless CITY shall first consent in writing to the performance or assignment of such service or any part thereof by another person or firm. VIII. AUDIT RIGHTS: CITY reserves the right to audit the records of PROVIDER pertaining to the work and payments related to this project at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. IX. .ts. AWARD OF AGREEMENT: PROVIDER warrants that it has not employed or retained any person 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 employed by the CITY any fee, commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. - s - 92-- 208 ' X . CONSTRUCTION OF AGREEMENT This Agreement shall be construed and enforced according to the laws of the State of Florida. ► -v This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. XII. INDEMNIFICATION PROVIDER shall indemnify and save CITY harmless from and against any and all claims, liabilities, losses, and causes of action which may arise out of PROVIDER's activities under this Agreement, including all other acts or omissions to act on the part of PROVIDER, including any person acting for or on its behalf, and, from and against any orders, judgments, or decrees which may be entered and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claims, or in the investigation thereof. XIII. 3' CONFLICT OF INTEREST: .s A) PROVIDER covenants that no person under its employ who presently exercises any functions or responsibilities in Y connection with this Agreement has any personal financial - 6 - 92-- 208 IN interests, direct or indirect, with CITY. PROVIDER further covenants that, in the performance of this Agreement, no person having such conflicting interest shall. be employed• Any such interests on the part of PROVIDER or its employees, must be disclosed in writing to CITY. B) PROVIDER is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that it shall fully comply in all respects with the terms of said laws. XIV. INDEPENDENT CONTRACTOR: PROVIDER and its employees and agents shall be deemed to be independent contractors, and not agents or employees of CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of CITY, or any rights generally afforded classified or unclassified employees; further he/she shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of CITY. XV. TERMINATION OF CONTRACT: CITY retains the right to terminate this Agreement at any time prior to the completion of the services required pursuant to paragraph II hereof without penalty to CITY. In that event, notice of termination of this Agreement shall be in writing to 92- 208 - 7 - PROVIDER, who shal be paid for those service.erformed prior to the date of its receipt of the notice of termination. In no case, however, will CITY pay PROVIDER an amount in excess of the total sum provided by this Agreement. It is hereby understood by and between CITY and PROVIDER that any payment made in accordance with this Section to PROVIDER shall be made only if said PROVIDER is not in default under the terms of this Agreement. If PROVIDER is in default, then CITY shall in no way be obligated and shall not pay to PROVIDER any sum whatsoever. XVI. NONDISCRIMINATION - PROVIDER agrees that it shall not discriminate as to race, sex, color, creed, national origin, or handicap in connection with its performance under this Agreement. Furthermore, that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, creed, national origin, or handicap, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. XVII. MINORITY PROCUREMENT COMPLIANCE% PROVIDER acknowledges that it has been furnished a copy of Ordinance No. 10062, as amended, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. - 8 - 92- 208 �4 XVIII. 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, or authorization, reduction of funds, and/or change in regulations. XIX. DEFAULT PROVISION In the event that PROVIDER shall fail to comply with each and every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then CITY, as its sole option, upon written notice to PROVIDER may cancel and terminate this Agreement, and all payments, advances, or other compensation paid to PROVIDER by CITY while PROVIDER was in default of the provisions herein contained, shall be forthwith returned to CITY. XX. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only Agreement of the parties hereto relating to said grant and \h; correctly sets forth the 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 - 92- 208 \1 XXI. AMENDMENTS: No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by the respective officials thereunto duly authorized, this the day and year first above written. CITY OF MIAMI, a municipal Corporation of the State of ATTEST: Florida: By-. MATTY HIRAI CESAR H. ODIO City Clerk City Manager ATTEST: Corporation Secretary APPROVED AS TO INSURANCE REQUIREMENTS: Insurance Manager PROVIDER: By Title (Seal) APPROVED AS TO FORM AND CORRECTNESS: A. QUINN JONES, III City Attorney Attachment A SCOPE OF SERVICES The parties agree as follows: I. Provider shall adhere to the Drug Screening Protocol established by the City, a copy of which will be furnished to Provider prior to the commencement of services. 2. Vehicle parking shall be provided on the premises at no cost to the City employee or applicant being tested. 3. Provider's facility shall have sufficient reception area. 4. Provider must be able to perform drug testing on a 24 hour per day, seven day a week basis. 5. The City of Miami will only pay invoices submitted by the medical facility for whom a Purchase Order has been issued. 6. Provider shall, provide all necessary supplies (e.g., tamper proof prepealed empty containers) needed for collection, testing and storing of specimens. 7. Provider shall maintain strict confidentiality of all employee/applicant records except when giving testimony in an arbitration hearing, grievance, Civil Service hearing, Court of law or similar proceeding. No information regarding specific test results may be 'divulged to anyone other than authorized City personnel. B. INSURANCE: Within ten (10) days after notification, the provider shall furnish Evidence of Insurance to General Services Administration. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the attached sheet "Insurance Requirement." CESAR H. ODIO CITY MANAGER DATE CONSULAB, INC. DATE 92-- 208 CORPORATE RESOLUTION WHEREAS, the Board of Directors of Consulab, Inc. has examined terms, conditions, and obligations of the contract with the City of Miami for Drug Testing Services. WHEREAS, the Board of Directors at a duly held corporate meeting have considered the matter in accordance with the by-laws of the corporation; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF CONSULAB, INC. that the president and secretary are hereby authorized and instructed to enter into a contract in the name of, and on behalf of this corporation, with the City of Miami for Drug Testing Services, in accordance with the contract documents furnished by the City of Miami, and for the price and upon the terms and payments contained in the original agreement submitted by the City of Miami. IN WITNESS WHEREOF, this 1992. day of , Chairman, Board of Directors f� r �s DID _SECURITY _LIST DRUG SCREENING PROFILES/LAB. SERVICES BID ITEtf: ----------------------------------------•-------------- DID H0. t 91-92-009 DATE BIDS) OPENED: _—November 6` 1991 3:00 p.m. ----------------------------------------- 11* TOTAL SID nOND_SorZ BIDDER AID AMOUNT CASHIER'S CHECK ---------------------------------- ----- ------------------- CONSULAB, INC. -- --- See attache -------------------- ----- DOCTORS & PHYSICIANS LAB. —---------------- ---- -------- -------------- ---------------------- -------------- ROCHE BIOMEDOCAL LAB: ----------�--- ---------------M—.r NATIONAL HEALTH LAB. OCCUPATIONAL HEALTH SERVICES —--------------- -------------- ---------------------- TOTAL REHAB SERVICES I QUALICARE HEALTH SERVICES -- ----------L --------------------- •� ----------------- MOUNT SINAI MEDICAL —CENTER _--------------- CORAL GABLES MEDICAL LAB_------ _ --M---- — _— —N `7_QD— ------------------------------------------------------- ------------ --- ------- - ---- --------------- -------------- ----------- ------------- ----, ---------------- ----- -�-- --------- -- --- -----------�'---w-- -------------- ------------- -----�.-------------- -------- -- ---- ----------- ----- LEGAL ADVERTISEMENT (RllF_(r,i_�`,f,0E,0 i �4 CST !I pm �: III Sealed proposals will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Driver Miami, Florida not later than 3:00 P•m• ' 91 for furnishing Laboratory Services for Urine Blood Drug Profiles for all prospective employees and designated to current the Department of loyees on a contract basis for three (3) years Personnel Management. Proposals submitted after the other location or office shall be rejected. deadline and/or submitted to be deemed not responsive and any will Ordinance No. 10062, as amended, established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in proposals and who are not registered with the City as women vendors N.W. 20thadvised Street,tcontact o office, Second Floor, Telephone specifications for the proposals at the City Procurement Office. ---- received (.Berson s ceivlai bids) submitting minority or Procurement 575-5174. are available upon and readvertise. Cesar H. Odio City Manager ( y ) envelopes on behalf of 'GSA/Solid Waste -Procurement Division ----------------On (City Department) --------------------------- SIGNEDt or *(PU City Clerk) i� 1 c REQUISITION FOR ADVERTISEMENT DEPT/DtV Produrarre t- (for Personnel Manaq rrlont+) ACCOUNT CODE _ i 9 21014-- 2» 8 DATE 10/ 9/ 9'1 PHONE 57556174 ` APP 0 El BY PREPARED BY_ Ma�ritza Pages Y j D t This number must appear ih the advertisement. r� 1 Publish the attached advertisement one { 1) times. 4 t (number of times) Type of advertisement: + legal X classified display (Check One) I Size: Legal ' Starting date 10 / 16 / 91 First four words of advertisement: PFP NO. 90-91-009 • Sealed proposals will { be Remark . s:i Drtiq Screening Profiles/Lab Services --- _--- (open 11/6/91 3:00. p.m.�---.---- DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT OKY. _ I t DATE(S) OF LINE -PUBLICATION ADVERTISEMENT --r t - _n-tNV010E-{_ AMOUNT - 0 Miami eview - r' 7r - _ —-...�..+ _ -- - _ _ __ __. q,1" Miami. �,imes mar• r- d-,_-- �' r�- B-2 Diario T a.s ..Americas C-3 :• D-4 s F3 FA �F5 F7 F8 F9 F10 F11 F12, , LINE TRANS` VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE BJECT PROJEC 11 13 1 117 18 1l 25,34 39 142 145 50 51 56 57 62 63 65 66 7 0 1 2. 4 1 V p1210121j 21817, > 1 2 3 47 8 V P i 121314 15 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT f 5 2 0 0 2 0 1 . i White Purchasing Yellow copy: Pink copy:{ I Approved for Payment Yellow - Finance Pink - Department i Miriam Parra, City Clerk's Office 14aritza, Procurement Management received 0 ) envelopes on behalf of (Parson r ceivia� bids) GSA/Solid Waste -Procurement Division (City Department) ---- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=5 To The Honorable tviayor and DATE March 23, 1992 FILE . Members of the City Commission SUBJECT : Recommendation for Resolution r and Award of RFP #91-92-009 (Drug Screening Services) FROM Cesar H. Odl REFERENCES City Manager ENCLOSURES RECOMMENDATION It is respectfully recommended that the City Commission adopt a resolution awarding Request for Proposals #91-92-009 to Consulab, Inc., 1400 N.W. 12th Avenue, a local non --minority proposer, to provide drug screening services to the Department of Personnel Management at a proposed first year annual cost of $39,522.50. The proposed agreement will be effective for an initial three- year period with the option to extend for two additional one-year periods. 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 32 firms along with 17 courtesy invitations. This effort resulted in responses from two firms. 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 Personnel Management to establish and maintain medical ser- vices which shall include a medical examination of employees and prospective employees. Drug screening services will include pre -employment drug profiles on all new hires, annual drug profiles for police and fire sworn personnel and other designated classifications, substance abuse testing as needed and certain designated physical examinations (i.e., promotional, fitness for duty, etc.). The need for such services is mandated by City Commission policy and the various labor agreements. Funding is available within the fiscal year 1991-92 operating budgets of Special Programs and Accounts and the Departments of Fire, Rescue and Inspection Services and Police to cover the cost of these services (Account Nos. 921014-270, 280101-260 and 290201-260). 92- 208 CAS-1 e CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM KI TO Judy S. Carter Chief Procurement Officer FRonn Angela R. Bel my Assistant City Manager Office of the City Manager DATE March 12, 1992 FILE SU9JECT RFP #91-92-009, (Drug Screens) Approvals REFERENCES ENCLOSURES This department has verified available funding with the Department of Budget that funds are available to cover the cost of the subject Request For Proposals in the amount of $39,522.50 Account Code Number(s): 280101-260 � 290201-260 921014-270 FINANCE REVIEW & APPROVED BY: N/A I Carlos Garcia, Director Department of Finance r CAPITAL IMPROVEMENT FUNDING REVIEW AND APPROVAL: N/A Eduardo Rodriguez Capital Program Manager BUDGETARY REVIEW & APPROVED BY: M ohar Surana sistant City Manager epartment of Budget '92— 208 a CITY OF MI kh11, FLOK-iDA �.- FP NO. 91-92-0c..,_ PROPOSAL FORM (Cont'ed) IMPOfM_NJ_: PROPOSAL FORMS AND PROPOSAL ACKNOWLEDGEMENT I4UST BE RETURNED IN TRIPLICATE, IDENTIFIED BY RFP NUMBER, TII4E AND DATE OF RFP OPENING. IF SECURITY IS REQUIRED, A PROPOSAL WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED. NAMES OF COMPANY OWNER(S): DANIEL SECKINGEI2 , N.D. NAMES OF COMPANY OFFICER(S): DANIEL SECK.INGEII, M.D. JUL I O A13ASCAL a) List principal business address: (street address) 1400 N.W. 12th AVENUE, MIAMI, ELWIDA 33136 b) List all other offices located in the State of Florida: (street address) NONE Name of individual holding lidense in this profession (if applicable) : DANIEL SECKINGER M.D. MINORITY PROCUREMENT COMPLIANCE The undersigned proposer acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Proposer: C SULAf3 INC. Signature: �. �. ;���,�ll Lam. y; ( company name)' Date: 11 /06/91 Print Name: Indicate if Business is 51% Minority -owned: (Check one box only) BLACK [ ] HISPANIC [ ] FEMALE &FFIRMATIVE ACTION PLAN p If firm has an existing plan, effective date of implementation: 06/87 f' If firm does not have an existing plan, the Successful Proposer(s) shall be I' required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. 4 , Proposer: CONSULAB, INC. fSignature: i (company nam ) . G A D RETURN THIS FORM MAY DISQUALIFY THIS PROPOSAL t 92- 208 -z _ 7�x �AFtD SHEET RFP No. 91-92-009 To provide Drug Screening Profiles/Lab Services Fire, Police and Personnel Management On a contract basis for a period of three (3) years. To screen all prospective employees and designated current employees. 32 E TABULATTON,IEVAL AT ON: Attached FUNDS: Fire - Account Code No. 280101-260 Police - Account Code No. 290210-260 Special Programs and Accounts, Account Code No. 921040-270. PROPOSAL EVALUATION: Proposals Mailed ALL VENDORS ............................ 32 MINORITY/FEMALE (M/F) VENDORS.......... Within City limits .................. Registered with City ................ Black (B) Vendors.. .. . ............... Located within Citylimits.......... Registered with City ................ Female (F) Vendors ..................... Located within City limits.......... Registered with City ................ Hispanic (H) Vendors ................... Located within City limits.......... Registered with City ................ NON MINORITY (NM) VENDORS .............. Located within City limits.......... 18 10 9 3 0 3 2 1 2 13 9 5 14 9 Responses Received 2 0 0 0 0 0 0 0 0 0 0 0 0 2 1 '92- 208 i Reasons for 'No Bid' were as follows: Roche Biomedical Lab - "Cannot adhere to specifications." National Health Lab - "Unable to meet specifications." Occupational Health Services - "Exceeds their scope of services." Total Rehab Services - "Outside service capabilities." Qualicare Health Services - "No bid." Mount Sinai Medical - "No capability to analyze drug tests." Coral Gables Medical - "Lab does not comply with requirements." $ECQ-PMENDAT-QN: IT IS RECOMMENDED THAT THE AWARD BE MADE TO CONSULAR, INC., AT A PROPOSED COST OF $39,522.50 FOR THE FIRST YEAR. CITY OF MIAL41 REQUEST FOR PROPOSAL. FOR LABORATORY SERVICES URINE/BLOOD DRUG PROFILES EVALUATION CRITERIA SELECTION CRITERIA Professional Experience and Qualifications Experience frith governmental agency (20 points) Nt least 5 years experience performing drug screens (Firm= 15 points; Individual= 15 points) Price Facility Location - Within 5 miles radius of 400 N.W. 2nd Ave. - On site parking for approximately 20 vehicles including large fire trucks NTS CONSULAB Non Minority/ Local Vendor 50 15 0 DOCTORS & PHYSICIANS LABORATORY Non Minority/ Non Local Vendor 15 (Firm) L5 (Individual) 30 30 20 10 10 95 10 15 (Firm) 15 (Individual) 24 10 10 84 City of MInmi Drub; Screening Evnluntion Cost Compnrinon Est Doctors & Description Qty Consulab Physicians Laboratory Urine ])rug Screen (11 Urugs) 2,000 $15.00/$30,000.00 $ 21.30/$42,600.00 Blood Drug Screen (11 Drugs) 245 15.00/ 3,675.00 21.30/ 5,216.50 Blood Alcohol Level 15 6.50/ 97.50 15.00/ 225.00 GCMS Confirmation 100 32.50/ 3,250.00 32.50/ 3,250.00 Consultation & Testimony 50 50.00/ 2,500.00 150.00/ 7,500.00 Total $39,522.50 $50,793.50 r 1 92- 208 /1