HomeMy WebLinkAboutR-90-0173J -90-195
3/7/90
RESOLUTION NO. 90-0173
A RESOLUTION ACCEPTING THE BIU OF MJ'RCX OUT-
PATIENT CENTER FOR FURNISHING €1EPATITIS 13
IMMUNIZATIONS ON A CONTRACT BASIS FOR ONE; (1)
YEAR WITH THE OPTION TO EXTEND FOR TWO (2)
ADDITIONAL ONE (1) YEAR PERIODS FOR THE
DEPARTMENT OP FIRE, RESCUE AND INSPECTION
SERVICES IN AN AMOUNT NOT TO EXCEED
$39#000.00; ALLOCATING FUNDS THEREFOR FROM
1989--90 AND 1990--91 OPERATING BUDGET
ACCOUNTS, NO. 280101-260; AUTHORIZING THE
CITY, MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS SERVICE AND THEREAFTER TO EXTEND
THrS CONTRACT SUBJCCT 'PO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received February 28, 1990 for furnishing Hepatitis n
Immunizations on a contract basis for one (1) year with the
option to extend for two (2) additional one (1) year periods foc
= the Department of Fire, Rescue & Inspection See vices; and
WHEREAS, Invitations were mailed to twenty-one (21)
potential suppliers and five (5) bids were received; and
WHEREAS, funds for this purchase are available from the
1999-90 and 1990-91 Operating Budget Accounts, No. 280101-2E0;
and
WHEREAS, this service will be used by the Department of
Firer Rescue & Inspection Services for the purpose of providing
Hepatitis B Immunization Inoculation Shots to its personnel.; and
WHEREAS, the City Manager and the Director of the Department
of Fire, Rescue and Inspection Services recommend that the bid
received from Mercy Out -Patient Center be accepted as the lowest,
responsible and responsive bid;
NOW, THEREFORE, RE IT RESOLVED BY THn COMMISSION OF T11F: CITY
OF MIAMI, FLORIDA:
CITE'' COM5211" .".011
MEETINC. OF
MAR 8 1490
Ur1e18o0" 0173
Section 1. The recitals and findinga 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 February 28, 1990 bid of Mercy Out -Patient
Center for furnishing Hepatitis a rmmunizatiuns on a contract
basis for one (1) year with the option to extend for two (2)
a4ditional one (1) year periods for the Department of Fire
Rescue and Inspection Services at a total proposed first year
cost not to exceed $39,000.00 is hereby accepted with funds
therefor hereby a' -located from the 1909-90 and 1990-91 Operating
Budget Accounts No. 280101-260.
Section 3. The City Manager is hereby authorizers to
instruct the Chief Procurement Officer to issue a purchase order
for this service and thereafter to extend this contract subject
to the availability of funds.
Section 4. This Resolution shall became effective
Immediately upon its adoption.
PASSED AND ADOPTED this _8th day of March , 1990.
ATT t
NiATTY HIRAf, CITY CLRK'_
PREPARED AND APPROVED BY:
A �LA �1) V R EL t.�O'U_/_
�
CHFEF A.9S1 'i' NT CITY ATTORNU Y
APPROVED AS TO FORM AND CORRECTNESS:
FE NANDEZ�-s.�..t
CITY ATT(yRt 'Y
- 2
e
XAVIER L. SUAREZ, A OR
'00 173
tip SECURITY LIST
0
ID ITEM. s;FF?ATTTTS TMMT111T7,"TT:ON
aw W.89-90-075 -_
DATE BIDS RECEIVED: 2/ 2 8 90 2: 3 0 P.M.
WDOER
Port of Miami P4edical Clinic
Mount Sinai Medical Center
TOTAL
131D AM
Broken Down
by items
"
DID BOND (W)
CASHIER'S I�CK
Mercy Outpatient Center
Fischer Medical Center P.A.
Pan American Hospital
M.P.
received envelopes on behalf of
(Person receiving bids)
ty uepartmen
on `_f c c!:)
date)
Received the hereinabove described checks this day of , 19
in connection with the herinabove cited bids, which were sent to Treasury Management by the City Clerk
for appropriate posting.
SIGNED; DATE:
(Treasury Tanagemen;'j—
t.J''GAT, AnVr, [1T T t r RrJ
BID NO. 89-90-075 V``1 FEB 13 Fill 2. 01
Yf fti liA��
Sealed bids will be received by the City of Miami City Clerk at
her office located at 35Q-0-_Raj ,-,lgerican Drive, Miami, Florida,
33133 not later than (2 :30 p.m., � February �8, 1990.Rfor the
furnishing of approximati C epayitas'W-`fmrafiaons for the
Fire, Rescue and Inspection Services Department, on a contract
basis for a period of one year with the option to extend For two
additional one year period.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10538 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 submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City of Miami Minority/Women
Business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way,
Suite 400, Telephone 579-3366.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone 575-5174.
(Ad No. 6474 )
Cesar H. Odio
City Manager
L F,GAL, ADVT-,,RT i Sf TgFJIT
BID NO. 89-90-07 I'h,11 FEB 13 F11 2: 01
et fl ( T Y d
CITY (J..
iT: fir ( 11%',11, 1_1A
Sealed bids will be received by the City of Miami City Clerk at
her office located at 35QQ�- -)i, prican Drive M A , Florida,
331.33 not later than �'� Y 30 P.M. ,_ February �t3, 1990 for the
furnishing of approximatL, "t2S`�`ffepa'�itis ?�rmuMans for the
Fire, Rescue and Tnspection Services Department, on a contract
basis for a period of one year with the option to extend for two
additional one year period.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
Ordinance No. 10538 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 submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City of Miami Minority/Women
Business Office, Dupont Plaza Center, 300 Biscayne Boulevard Way,
Suite 400, Telephone 579-3366.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone 575-5174.
(Ad No. 6474 )
Cesar H. Odio
City Manager
f n e
f 1p
REQUISITION FOR QDV#TI „r This number must appear
��� � 1 f , ; � �
DE PTIDIV Ic y o c u.r er? e li t , ( Q 1:' fit & I � �? 0 [fl the advertisement.
ACCOUNT CODE _! 8' U 1 U 1~�
CITY (T % :I
u-f(! ,
DATE FfabrUdl:-V 1990 PHONE I 14 A4 iUf6! V;'' 1, ,
f
PREPARED i3Y_ Mial:id :;c?
DIRECTO - OF ISSUING D OARTMENT
Publish the attached advertisement ore (1 times,
(number of times)
Type of advertisement: legal classified display
(Check One)
Size: 1,e g a i Starting date 2 / 14 / `' 0
First four words of advertisement: ; 13 i u N `j • 8 9-9 C 0 5 : S e a 1 e t- 1J j , -s �-,, i 7 1 b t='
I�G}Jtit:�-t:2S 1.IIiiTiUi21.7..cxt1t�175 UT1t:i'i 4 Gv � -- •;? J
Remarks: (� / / U 2 . U 1 . M.
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
Ifiiand Rc--,vic.'w
AA
B-2
C-3
D-4
E-5
i
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
i DUE DATE
YY MM DID
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
-"
PROJECT
11
1 17
1 1 25,34
39142
45
5C
51 56
57 62
63 65
66 71
0
1
2
4
1
VIP1,
I
I
I
I
I
1
121012121817
1
2
3
4
7
8 V P 121314
15 ' DESCRIPTION
36
64 DISCOUNT 69
72 AMOUNT 80
5
2
0
0
2
0
1
Approved for Payment
White - Purchasing Yellow - Finance Pink - Department
:`2110w cop( ,'- S i.lvizi i IiC.CiZd cit '
Pij-,k copy. 1-1-4-i- I'Z Wi r P cxul:'t:I;Icllt i,,c"Ilagiu;acllt
The Honorable M41/0
of the City Co
mmi
i
Cesar. H. Odio
City Manager,
RECQMMENDATION
-OFFICE MEMORANDUM
land Members [?^'` March 6, 1.99 i7 rq'E
ion
SURJECT Recommendation .for
Resolution Permitting
Purchase off of
RUERENCESB.id No. 89--90-075
ENCLOSURES
It is recommended that an Award of Bid be made and a Resolution
on the subjected bid be passed permitting the City of Miami to
enter into a contract with Mercy Out -Patient Center, 3659 South
Miami Avenue, for the provision of 125 hepatitis B Immunization
shots, tests and other related medical procedures at a cost of
$39,000.00.
BACKGROUND
The Hepatitis B 'Immunization Program will allow Fire Department
Personnel, responding to emergencies involving infectious
diseases, to be inoculated for immunity against Hepatitis B.
The Center for Disease Control estimates that about 18,000 health
workers become infected with hepatitis B annually and about 300
die.
Amount off_ $ 39,000.00 % of Cost Estimate: N/A
Cost Estimate, N/A
Source of Funds: $18,750 has been provided for in the F%'90 budget
under Account Code 280101-260.
Balance of $20,250 will be provided in the budget
of Fy'91 under Account Code 280101-260.
Minority R%presentation: Pan American Hospital submitted next lowest
bid. No other minority vendors
participated.
Public Hearing/Notices: N/A
Asaessa le Project: N/A
AWL
(;ITY OF M11hk4l, FLORIDA
INTER -OFFICE MFMf_. RAf4Dt M
William J. Schaut, Supervisor `>A1E March 2, 1990
Procurement Management
General Services Department `UBJECT
Bid No, 89•-90--075
Hepatitis B Immunizations
REFERENCE SApprova I
Chief. C. H. Duke, Director
Fire, Rescue and Inspection ENCLOSURES
Services Department
This department has verified available funding with the
Departments of Finance and Budget that funds are available to
cover the cost of the subject bid for fiscal year 1990 in the
amount of $ 18 `750 • QQ under Account Code Number 28QI01-2f 0 . The
total cost of the subject bid is S39.000 00. The balance of
$ 20,250.00 will be provided in the FY'91's budget under Account
Code Number 280101-260.
FINANCE REVIEW & APPROVED BY:
Carlos Ohrcia, Dire for
Department of finance
BUDGETARY REVIEW & APPROVED BY:
Manoh ar S. Surana, Director
Budget Department
ADDITIONAL .APPROVALS
(IF REQUIRED)
N/A
Sergio Rodriguez, Director
Planning Department
N/A
Frank Castaneda, Director
Community Development
Ile- tm
t
NO
11 S. to Stii:ET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MUST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY DID NUMBER, TI fir:
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT '
ACCi.PTED UNLESS TEIE DEPOSIT OR BOND IS SUBMITTED IN THIS -ENVELOPE.
arms: 0 cash discount for prompt payment, if ary'
'%ilitional discount of 0 8 if awarded all items.
:yarranty and/or guarantee:
NONE
State any variances to specifications (use separate sheet if
necessary):
DoIivery: 0 calendar days required upon receipt of Purchase Or. 9er.
Delivery Point(s): As indicated in the Specifications
Mercv Outvatient Center, 3659 South Miami Avenue
Miami, FL 33133 Suite 4004
accordance with the Invitation to Fsica, the Specifications, Gerer i s
Conditions, Special Conditions, and General Information to Bidders,
.agree to furnish the Item(s) at Prices indicated on the attached
sleet(s).
^TAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS:
Sisters of St. Joseph of
St. Augustine, Florida
Ronald L, Bierman,, Administrator
iri:asa use the bacK of this page if more apace is necessary
Name of individual holding license in this profession (if applicable)
Andres Raul Fernandez, M.D. Joy Whitelock, R.N.
MINORITY PROCUREMENT COMPLIANCE
Tne undersigned bidd_.: acknowledges that it has received a copy
0,rdirance No. 10538, the Minority Procurement Ordinance of the Ci`1
:-:i 3mi, and agrees to comply with all applicable substantive
.-rocedural provisions therein, including any amendments there
Mercy Outpatient Center
Y P S ignature:
company name
Print Name: Ronald L. Bierman
Iti-licat:e if Minority Business: Dare:
f j _.1 aCk [ ] Hispanic C J Wo.,f.n
February 26, 1990
FAILURE T6 C.OMPLE'rE, SLGH, AND T_:'V1JR1J NJIS -'CRM t;AY 'DISQUALIFY 'rt-ii ;
- I3LD.
.90__U173
AWARD STIF T
Bid No. 89-90-075
ITEM:
Hepatitis Immunizations
DEPARTMENT:
Fire, Rescue and Inspection Services
TYPE OF PURCHASE:
Contract for one (1) year with the
option to extend for two (2)
additional one (1) year periods
REASON:
To provide Hepatitis B Immunizations
Inoculation shots , tests and other
related medical procedures to the Fire
Department personnel
POTENTIAL BIDDERS;
21
BIDS RECEIVED:
5
TABULATION:
Attached
FUNDS:
1989-90 & 1990-91 Operating Budgets
Account No. 280101-260
MINORITY PARTICIPATION: Invitations to bid were sent to five
(5) Black, five (5) Hispanic and one (1) Woman -owned firms
engaged in providing Medical Services per specifications as
located in the following sources:
1. New Vendors Applications on file in the Procurement
Of f ice.
2. City of Miami Minority Register
3. Previous Bid on File in the Procurement Office
Minority response consisted of one bid received from a
Hispanic firm.
BID EVALUATION:
Category
Prior Bidders
Black American
The bids :meet the specifications.
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Invitations Mailed Responses
2 0
- Hispanic American
1
0
Woman
1
0
Non -Minority
4
3
New Bidders
Black American
3
0
Hispanic American
4
1
Woman
0
0
Non -Minority
6
1
=' Courtesy Notifications
19
0
"No Bids"
--
-
— Late Bids
Totals
40
5
RECOM14ENDATION:
IT IS RECOMMENDED THAT T11E AWARD BE
MADE TO MERCY OUT -PATIENT CENTER FOR A
TOTAL PROPOSED AMOUNT OF $39,000-00.
'Procurement Supervisor
Date
--- —`rt�,n Orl.
C,It Cs40 i
—�� CESCRjPTtOx
1 isle t-t-- Blizations
st_. Related Aiedical Prc
TABULATION OF 5105 FL)"
• +-; � Tm_m n, oaf- i runs
�k
Ciry Mftft Y«, City «i FIr•11 w ._ JP. 1t.
t 4.. Ca ♦t C„'..... ♦ s:11,, C: r1 Q , C:11 tsi
ostpatient Mt tij�_:d:dcalPan A�ners_can HcsP.T
1
innr
U—t
• Totd
,�- p
125 312.00 139,00(
by Chief W- Waters
,ULipiT1E5 LEGEND.
I_rry1.1 ♦4:'x 4^ 1 C4,v"y
r � t�✓a•U^l
a N CA rp a. 11 ♦ S.�i
A. ..
Non-Minorit his anic
Uris Un,t i1f1i
J.
0,625 3� 13 39,125
Bid No. 89-90-075
L�cY'er IRL�d•CeTlt_r
on- inori y - --
U.,:1 U...1 { T.1.1�
r.1d P1.19 P1,�.
el Ce
360-00 1 45,000 375.00 46,875
s -- -- .. CiST�►6UT10�:
AT This bid to be awarded to mercy
IT 15 RECO►�MENQEa Tpi
Out-Patient center as the im7est bidder one minority vendor
the
bi.d was one hundred and t��ent 1-five t 125) dollars over
Io�,est b cider hcxaever there is nothing to disaualifY --
Ai�rOut-Patient center fran rec:eivin • the bid.