Loading...
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.