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