+ All Categories
Home > Documents > I. Attendance/Call to Order

I. Attendance/Call to Order

Date post: 03-Feb-2022
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
132
Minutes of the meeting of the Finance Committee of the Board of Directors of the Cook County Health and Hospitals System held Friday, July 16, 2010 at the hour of 7:30 A.M. at John H. Stroger, Jr. Hospital of Cook County, 1901 W. Harrison Street, in the fifth floor conference room, Chicago, Illinois. I. Attendance/Call to Order Chairman Carvalho called the meeting to order. Present: Chairman David Carvalho and Directors Quin R. Golden; Luis Muñoz, MD, MPH; and Heather O’Donnell, JD, LLM (4) Board Chairman Warren L. Batts (Ex-Officio) Absent: Director Jorge Ramirez (1) Additional attendees and/or presenters were: Michael Ayres Patrick T. Driscoll, Jr. Leslie Duffy Joanne Dulski William T. Foley Helen Haynes Daniel Howard Ann Marie Huddleston Randolph Johnston Roz Lennon Dorothy Loving Enrique Martinez, MD Elizabeth Melas John O’Brien, MD Deborah Santana Anthony J. Tedeschi, MD, MPH, MBA Sidney Thomas Herschel Tolsen II. Public Speakers Chairman Carvalho asked the Secretary to call upon the registered speakers. The Secretary called upon the following registered public speaker: 1. George Blakemore Concerned Citizen Noting that it was not usually done, nonetheless Chairman Carvalho responded to Mr. Blakemore’s oft-stated concerns regarding the provision of care to persons who were not U.S. citizens. Chairman Carvalho was concerned that the failure to respond in the past was being misinterpreted by Mr. Blakemore. In fact, Chairman Carvalho was confident that the Committee and the Board affirmatively disagreed with Mr. Blakemore – in particular, that services at the System were provided without regard to citizenship and this was by design, in furtherance of the mission of the System, and not by inadvertence. Only residents of the County, without regard to citizenship, were entitled to receive care at discounted rates under the Carelink program, and non-residents, without regard to citizenship, were to be billed at full charges. III. Action Items A. Minutes of the Finance Committee Meeting, June 18, 2010 Director O’Donnell, seconded by Director Golden, moved to accept the minutes of the Finance Committee Meeting of June 18, 2010. THE MOTION CARRIED. As she was absent for the Meeting of June 18, 2010, Director Golden voted PRESENT. B. Contracts and Procurement Items (Attachment #1) Ann Marie Huddleston, Interim Deputy Director of Supply Chain, presented the requests for the Committee’s consideration. She notified the Committee that request numbers 20, 22 and 25 were still pending review from Contract Compliance. Additionally, an amended transmittal with additional background information for request number 25 was distributed for the Committee’s consideration. Page 1 of 132
Transcript
Microsoft Word - 07-16-10 Fin draft minutesMinutes of the meeting of the Finance Committee of the Board of Directors of the Cook County Health and Hospitals System held Friday, July 16, 2010 at the hour of 7:30 A.M. at John H. Stroger, Jr. Hospital of Cook County, 1901 W. Harrison Street, in the fifth floor conference room, Chicago, Illinois.
I. Attendance/Call to Order
Chairman Carvalho called the meeting to order. Present: Chairman David Carvalho and Directors Quin R. Golden; Luis Muñoz, MD, MPH; and
Heather O’Donnell, JD, LLM (4)
Board Chairman Warren L. Batts (Ex-Officio)
Absent: Director Jorge Ramirez (1) Additional attendees and/or presenters were: Michael Ayres Patrick T. Driscoll, Jr. Leslie Duffy Joanne Dulski William T. Foley Helen Haynes
Daniel Howard Ann Marie Huddleston Randolph Johnston Roz Lennon Dorothy Loving Enrique Martinez, MD
Elizabeth Melas John O’Brien, MD Deborah Santana Anthony J. Tedeschi, MD, MPH, MBA Sidney Thomas Herschel Tolsen
II. Public Speakers
Chairman Carvalho asked the Secretary to call upon the registered speakers.
The Secretary called upon the following registered public speaker:
1. George Blakemore Concerned Citizen
Noting that it was not usually done, nonetheless Chairman Carvalho responded to Mr. Blakemore’s oft-stated concerns regarding the provision of care to persons who were not U.S. citizens. Chairman Carvalho was concerned that the failure to respond in the past was being misinterpreted by Mr. Blakemore. In fact, Chairman Carvalho was confident that the Committee and the Board affirmatively disagreed with Mr. Blakemore – in particular, that services at the System were provided without regard to citizenship and this was by design, in furtherance of the mission of the System, and not by inadvertence. Only residents of the County, without regard to citizenship, were entitled to receive care at discounted rates under the Carelink program, and non-residents, without regard to citizenship, were to be billed at full charges.
III. Action Items
A. Minutes of the Finance Committee Meeting, June 18, 2010
Director O’Donnell, seconded by Director Golden, moved to accept the minutes of the Finance Committee Meeting of June 18, 2010. THE MOTION CARRIED. As she was absent for the Meeting of June 18, 2010, Director Golden voted PRESENT.
B. Contracts and Procurement Items (Attachment #1)
Ann Marie Huddleston, Interim Deputy Director of Supply Chain, presented the requests for the Committee’s consideration. She notified the Committee that request numbers 20, 22 and 25 were still pending review from Contract Compliance. Additionally, an amended transmittal with additional background information for request number 25 was distributed for the Committee’s consideration.
Page 1 of 132
Page 2
B. Contracts and Procurement Items (continued)
The following individuals provided additional information on the requests presented for consideration: Joanne Dulski, System Director of Laboratories; Daniel Howard, System Chief Information Officer; Elizabeth Melas, representing the County’s Office of Capital Planning and Policy; Dr. Enrique Martinez, Interim Chief Operating Officer and Chief Medical Officer of the Ambulatory and Community Health Network; and Sidney Thomas, Chief Operating Officer of Provident Hospital of Cook County.
Chairman Carvalho inquired regarding the vendor’s location with regard to request number 18; it was stated that this information would be verified.
Board Chairman Batts inquired regarding the administration’s occupation of the Polk Building; he asked how much longer the building can be occupied. William T. Foley, Chief Executive Officer of the Cook County Health and Hospitals System, responded that he has been told that the administration would not be expected to vacate the building until the other project involving the renovation of the old Cook County Hospital is completed. Elizabeth Melas, representing the County’s Office of Capital Planning and Policy, provided additional information on the subject, as it relates to request number 5. She stated that the request relates to minor life safety items, as required by the City to keep the building up to code until the building is demolished. In response to a question of whether there is a chance that the building will be demolished before the renovation project is completed, she stated that the City has been cooperative in allowing time extensions. With regard to request number 22, Director Golden requested additional information as it relates to the IRIS system. Mr. Howard stated that this is the same vendor that has been developing and supporting the product. He noted that they are looking at migrating some of the functionality into the Cerner system. Dr. Martinez added that this is a one year contract; a request for proposals (RFP) has been drafted for a three year contract starting next year. The Committee continued the discussion on the subject of the appointment scheduling system as it relates to the IRIS system. In response to a question from Director Muñoz regarding whether a listing of all System contracts will be made available on the System’s website, Ms. Huddleston responded that this is something she will work on.
Director O’Donnell, seconded by Director Golden, moved the approval of request numbers 1 through 35, under the Contracts and Procurement Items, with the exception of request numbers 20, 22 and 25 as amended, which are conditionally approved, pending contract compliance. THE MOTION CARRIED UNANIMOUSLY.
C. Proposed Academic Affiliation Agreements (Attachment #2) (Agreements with fiscal impact)
Dr. John O’Brien, Chairman of the Department of Planning, Education, and Research of John H. Stroger, Jr. Hospital of Cook County, provided an overview of the agreements presented for consideration. He noted that these have been reviewed and recommended to move forward by Director Lyne’s ad hoc work group on affiliations.
Director O’Donnell, seconded by Director Golden, moved to approve request numbers 1 through 6, under the proposed Academic Affiliation Agreements. THE MOTION CARRIED. Director Muñoz abstained and voted PRESENT on request number 2.
Page 2 of 132
Page 3
D. Any items listed under Sections III and V
IV. Report from System Chief Financial Officer Michael Ayres, System Chief Financial Officer, presented an update on the following subjects (Attachment #3).
FY2010 Revenue Report – CCHHS Variance Analyses for the 7 Months ending June 30, 2010
CEA Eligibility Inventory-Evaluation and Analysis
Executive Steering Committee Update-CEA Eligibility Services
Carelink update
MedAssets/PricewaterhouseCoopers transition update
With regard to MedAssets/PricewaterhouseCoopers transition, Mr. Ayres stated that the documents have been executed and the Statements of Work are being finalized. MedAssets will be physically exiting the campus on July 20, 2010; work continues on defining the ongoing relationship until the end of the base contract, which is in the Spring of next year. During the discussion of the revenue report, Chairman Carvalho inquired regarding the projected $4 million in unanticipated revenue related to medical malpractice. Mr. Ayres responded that this is an expense relating to the operation of the health system and is recoverable under Medicare and Medicaid programs as a recognized expense. Board Chairman Batts inquired as to the reason why the System is so far behind budget in Medicaid revenues. Mr. Ayres responded that this is due to the State’s delay in processing and paying claims (due to their economic challenges), and due to patient volumes. Examples of how the System is working to increase patient volumes were provided. Additionally, Dr. Anthony Tedeschi, System Chief Operating Officer, stated that the Medicaid revenue issue is also impacted by the fact that the System is paid a flat daily rate, rather than by diagnosis- related group (DRG). Chairman Carvalho provided background information on the subject, stating that many years ago, the then-Bureau Chief Financial Officer determined that the System could not handle DRGs; the System could probably change to DRGs now, but it needs to be set up and properly prepared to do so. Board Chairman Batts inquired whether the System would eventually have to switch to DRGs as a result of the passage of health care reform. Chairman Carvalho responded that it is likely, although it would be several years from now. Board Chairman Batts asked whether the System would be prepared for DRGs by the time the PricewaterhouseCoopers contract ends. Mr. Ayres responded affirmatively. During the update on CareLink, Mr. Ayres provided information on a situation in which people come to Oak Forest Hospital’s emergency department in order to get their prescriptions filled at no cost, after seeing an outside physician and receiving an order for a prescription. When this occurs, in order to fill the prescription, an Oak Forest Hospital physician must re-examine the patient and re-issue the prescription. Mr. Ayres noted that the best solution to this issue is for the System to examine these patients the first time, rather than as a re-exam. Roz Lennon, System Chief Clinical Officer, stated that Martin Grant, System Director of Pharmacy, is working on the issue; additionally, Legal is working to draft a letter that would be shared with the outside clinics, because what the System intends to do is only fill prescriptions by physicians on the System’s medical staffs for System patients, in order to comply with regulations.
Page 3 of 132
Page 4
A. Presentation of Lawson Financial Statements through May 2010
The Committee deferred discussion of this item (Attachment #4), due to time constraints.
B. Supply Chain Performance Improvement Update
Ms. Huddleston presented the Supply Chain Performance Improvement Update (Attachment #5). The Committee reviewed and discussed the information. Director Golden inquired whether a system is in place for a vendor to register to receive information on upcoming System contractual opportunities. Ms. Huddleston responded affirmatively. Additionally, she stated that Lucio Guerrero, System Director of Public Relations and Community Affairs, has been working on a new web page rollout that will include a search option relating to contracts.
VI. Adjourn
Director Golden, seconded by Director O’Donnell, moved to adjourn. The motion carried unanimously and the MEETING ADJOURNED.
Respectfully submitted, Finance Committee of the Board of Directors of the Cook County Health and Hospitals System XXXXXXXXXXXXXXXXXXXX David Carvalho, Chairman
Attest:
XXXXXXXXXXXXXXXXXXXX Deborah Santana, Secretary
Page 4 of 132
Cook County Health and Hospitals System Minutes of the Finance Committee Meeting
July 16, 2010
ITEM III(B)
 CONTRACTS AND PROCUREMENT ITEMS
Affiliate / 
System
Begins 
Ryan White Part B Case Management
Services
Illinois Region 8
renovation at Forest Park TB District
Project CCDPH 7
Life Safety Upgrades Project (Hektoen
Accept  Grant 
Accept  Supplemental Grant Award 
5 n/a Building and 1900 W. Polk Building) System 8
6 Tilton, Kelly & Bell, LLC
For the Design and Construction
Administration Services Project at
7 Nia Architects, Inc.
Out at Oak Forest and Stroger
Hospitals Project $27,550.00 
Room Formerly 12KV Building Project $16,154.00  SHCC 11
9
Project, Phase IV, Bid Package 3
Forensic Institute, Hektoen Building,
Provident Hospital of Cook County ($23,572.08) PHCC 12
10 Johnson Controls, Inc.
County Guaranteed Energy and
Project No fiscal impact SHCC 13
Capital Program Item  Enter Into Contract
Capital Program Items  Proposed Change Orders
Page 6 of 132
ITEM III(B)
 CONTRACTS AND PROCUREMENT ITEMS
Affiliate / 
System
Begins 
12
13
and immunochemistry testing No fiscal impact PHCC 17
14
Increase Contract
15
Northwestern 
PHCC, 
SHCC, 
PHCC, 
system $1,334,889.71 
19 Abbott Laboratories, Inc.
and hematology pointofcare testing $860,767.00  SHCC 26
20
21
22 Proximare Health Inc.
System $195,000.00  ACHN 31
Page 7 of 132
ITEM III(B)
 CONTRACTS AND PROCUREMENT ITEMS
Affiliate / 
System
Begins 
No fiscal impact 
No fiscal impact 
28
Allograft implants, demineralized bone
Renew Contracts
30 GE Healthcare IT
Perinatal Information System $527,817.00  System 43
31
32 Inter Park, Inc. Parking management services $1,914,115.00  PHCC 47
33 Open Faith Medical Lab, Inc. Dental laboratory services $278,789.00  SHCC 50
34 Alpha Baking Co., Inc. Fresh bread, rolls and pastries $229,092.12 
PHCC, 
SHCC, 
Award Bids, and Enter Into and Execute Contracts
Execute Contract
BOARD APPROVAL REQlJEST
DATE: rune 16. 2010 PRODUCTISERVICE: Ryan White Part B - elISe Management Servicell
TYPE OF REQlJEST: Accept Gnmt VENDORISUPPLIER: Aids Foundation ofChioago, Chicago, n. r:::' SELECTION OF METHODOLOGY: BID I SOLE SOURCE! RFPI PVRCHASlNGCONSORTIAI COMPARABLE GOVERNMENT BID: N/A ACCOUNT (# 6S801l01 FISCAL lMPACI': SO GRANT FUNDED AMOUNT:
$156,245.00 !
REQUESTING DEPTfAFFRJATE: SPONSOR: Dr. Mkhael PuQls, COO h1:lij Infe<:ti01ll Control Department f Cennllk Health ServiCClS of Cook C01IJIty
IS TIllS CONTRACT BlDDERlSlJPI'LIER? N/A lS THIS REQUEST THE LOWEST
SOLE SOURCE? N/A
JUSTIFICATION: ' Requesting authorization to accept a grant renewal from the AIDS Foundation ofCbiCllgo in the amount of $166,245.00. This program assists individuals and family members access services within the IDPH HIV Case Management System.
TERMS OF REQUEST: Funding from this grant provides two (2) FTE Case Manager positions. The twelve (12) month grant will provide service funding for the period ofApril 1, 20 I 0 through March 31, 2011. Authorization to accept the previous grant award in the amount oUU7,487 was by the CClffiS Board on June 4, 2009.
HAS TIllS BEEN REV1J.WED BY CONTRACT COMPLIANCE:? No .. ,
WHAT PERCENTAGE OF THIS CONTRACT ISMBEIWBE'! No APPROVED ATrA~HMENT!i
JUl 2920101BID TABULATIONS: No
BVBOAROOF CONTRACT COMPL~CEMDf~.LQ DiReCTORS OF THE COOK COUNTY
HEALTH AND HOSPITALS SYSTEM CCHBSCOO: a ~ • Anthony Tedesdd, ChiefOper "Oftker
CCHBS~./ Mlcbael Ayres, ~ i Request #
1
• Ambu.latory &; Community Health Network' Cermak IHaltll ServH:es' Department ofPublle Health' • Job H. Sttoger. Jr. H05pltlll Ql"0IQk COQII'Iy • Oak Forest H",pltal- Pl1nIlde.at Hospltlll • Rutll M. Rothst1lin CORE
CenM*
Page 9 of 132
DATE: PRODUCT/SERVICE REQUESTED: 7!7i1O Grant for OB aYN E uipment
• TYPE OF REQUEST: VENDOR/CITY, STATE: A,ccep,t, Grant/Enter into and Execute Grant Agree;.cm..;..e""n:..:.t_t--N.;:.O,:::rtl,:::lW=-'c",s.t<lrn Memorial Hospital, Chicago. IL SELECTION METHODOLOGY: N/A IS THIS VENDOR THE LOWEST BID i BIDDER/SUPPLIER? N/A t, RFP II
• GPO.: I ICOMPARABLE GOVERNMENT BID i
ISOLESOUR~~~'._____________________~~~~~~ ACCOUNT NO(S). I<'ISCAL IMPAC=Tc-::-:N'--on-e-.-=a""r-an-t-:::Fc-un-d:-ed-:-CAm-o-u-nt-:--'---I
$115,245.00 ICONTRACT PERIOD/EXTENSION PERIOD: REQ NO./CONTRACT NO(S). I 8/1110 throll h 7/31111 N/A 'REQUESTING DEPT(S)I AFFlLIATE(S) OR SYSTEM: I SPONSOR(S) NAl'VIE(S) & TITLE(S): 'I' CCHHS, Department of Obstetrics and Gynecology Edward Linn, M.D., System Chair, Department ofI
, I Ohstetrics and Gynecology .._'_________---'
JUSTIFICATION: Northwestern Memorial Hospital (NMH) wishes to make a grant offunds. to be placed in a designated account for the purchase of agreed upon equipment for use in the OB/GYN program in support of resident and medical student activities and patient care.
TERMS OF REQUEST: Northwestern Memorial Hospital shaD make a grant of $115,245.00. The funds will be placed in a designated account. The period of the grant is one year.
HAS THIS BEEN REVIEWED BY CONTRACT COMPUA."ICE? Not Applicable; Grant Agreement provides for lII"MH to provide funds to CCHHS.
ATTACHMENTS
1 JUL 2 9 2010
BY BOARD OF DIRECTORS OF THE COOK COUN HEALTH AND HOSPITALS SYSTEM
Request # 2
BOARD APPROVAL REQUEST
TYPE OF REQUEST: VENOOltJSlJPPLIIR:: Supplemernal Gnmt award Illinois Public Healtb II.s8oclatioD.SpringtWld, IL SELECTION OF METHODOLOGV: DID/SOLE SOURCE! RFP/PlUlCHASlNG CONSORTIA/COMPARABLE GOVERNMENT BID: NfA
"':"'-\COOUNTiI 9511001 FISCAL IMPACT: None JGRANT FUNDED AMOUNT: . $SO,OOO.OO
CONTRACT PERIOD: 1/112010 through 1213112010 REQiICONTRACT# 10758LA
REQUESTING DEl'TIAFFILIATE: Pllblk: Hea1th SPONSOR:Steplleu A. Martia Jr. Ph.D., H.P~
IS THIS REQUEST THE LOWEST IS lHIS CONTRACT BIDDERISUPPLIER? N/A SOLE SOURCE1 NJA
JUSTIFiCATIOl'ii: A progrmn by which the Cook Q)unty Deplll'll'nellt ofPublic Health will ad as a Lead Agent Coordinator for Illinois UlVlAIDS Prevention RegIon II, and admiWfIeI" fimds to sub-grantees In region 8. Funding w. increased to fi.n'ther provide grant objective.
TERMS Of!' RlQUEST: The autborization to Ie. the Original Grant Award was given on May 21, 2010 in the amoont ofSSO,OOO.OO bytbe Boan\ ofDirectors oftile Cook Count)' Health and Hospilltls System.
Original Grant Award: $50.000.00 Grant AgNement Increae: $:50,000.00 Total Grant Award: $100,000.00
HAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE? No
ATTACHMENTS
OON1'RACTCOMPLlANC.~ , Jill 2.92010. CCHHSCOO: ~ I BY BOARD OFAnttaoD), Tedesehi,~lIker . DIRECTORS OF THE COOK COUNTY
HEALTH AND HOSPITALS SYSTEM
. Request # 3
• Ambulatory &; Commullity Health Network. Cermak Healtlt Services. Oeparttnent of Public Healtlt • • Jolin R Stroger. Jr. Hospital ofCook County· Oak Forest Hmlpital' PrOYidlnt Hospital 'Rudl M. Rnth.1dtI CORE
Cellter' •
Page 11 of 132
Transmitting a Communication, dated June 16, 20 I 0 from
BRUCE W ASHJNGTON, Director, Office of Capital Planning and Policy
requesting authorization for the Purchasing Agent to advertise for bids for designJbuild services for the renovation at Forest Park Tuberculosis District Project.
This project provides for the replacement of a 100 gallon hot water tank, installation of a 195 square foot fire suppression system in the data room, resurfacing of the parking lot and replacement of carpeting in the Medical Records and X-Ray Office at the Forest Park Tuberculosis Center.
Also, included is the replacement of a 125,000 British Thennal Units (BTU's) furnace and 3 112 ton air­ conditioner at the Harvey Tuberculosis Center.
This is categorized as a public health renovation project.
28000 Cook County Health & Hospitals.
This project was included in the 2010 Capital hnprovement Program projects approved by the Cook County Board ofCommissioners on November 19, 2009.
JUL 292310
I Requcst#
Transmitting a Communication; dated June 17, 20 I 0 from
BRUCE WASHINGTON, Director, Office of Capital Planning and Policy
requesting authorization for the Purchasing Agent to' advertise for bids for construction services for the Fire & Life Safety Upgrades Project.
In 2005, The Office of Capital Planning & Policy (OCPP) submitted Life Safety Evaluation Reports to the City of Chicago, as mandated by City Code. In February, 2010 OCPP received a letter from the City with various deficiencies at four County buildings. These buildings are: The Criminal Courts Building, The Hektoen Institute, 1900 W, Polk Street and the Cook County Building.
In response to these letters, OCPP met with the City and consulted with the architectural/engineering firm that prepared the reports, and OCPP is now seeking permission to bid the repair work to a general contractor.
This project provides for repairs that include adding smoke detectors, changing door hardware, enclosing open stairwells and removing dead-end corridors.
This is categorized as a fire and life safety upgrade project and part of the Countywide Program.
20000 County Physical Plant
This project was included in the 2009 Capital Improvement Program projeds approved by the Board of Commissioners on April 2, 2009.
APP "~ JUl 292010
}"
BRUCE WASHINGTON, Director, Office ofCapital Planning and Policy
transmitted herewith for your approval is Change Order No. I in the amount of $281,286.00 to'the contract with Tilton, Kelly & Bell, L.L.C., Chicago, lllinois for the Design and Construction Administration Services Project at Hawthorne Warehouse. It is respectfully requested that this Honorable Body approve this request.
Reason: This change order provides for additional architectural and engineering services associated with the increase in the project budget. The budget was increased during the 2010 Capital Improvement Program (CIP) process to meet the need for additional program requirements, expanded construction scope and specialized shelving equipment. In addition, floor loading analyses were required, structural engineering and the need for customized environmental control systems necessary to accommodate the storage of sensitive records.
The original project scope developed did not anticipate the density of storage systems required to meet the requirements obtained through programming. The additional amount added to their contract represents a 1.95% increase of the revised pf(~iect amount, far below industry standards. t,
Contract No. 07-41-560
Original Contract Sum: $962,000.00 Total Changes to-date: 0.00 Contract to-date: $962,000.00 Amount of this Modification: 281,286.00 Adjusted Contract Sum: $1,243,286.00
Estimated Fiscal Impact: $281,286.00
20000 County Physical Plant
This pro.iect was included in the 2009 Capital Improvement Prclgrlun!jp;;'Ai! Commissioners on April 2, 2009 as well as the 2010 Capital IdrpIlt'i~jl1eJtI. app-'"rlft1t.l...
November 19, 2009
BRUCE WASHINGTON, Director, Office ofCapital Planning and Policy
transmitted herewitli for your approval is C'hange Order No.2 in the amount of $27,550.00 to the contract with Nia Architects, Inc., Chicago, Illinois for the ArchitecturallEngineering Serviccs Interior Renovation and Build-Out at Oak Forest and Stroger Hospitals Project. It is respectfully requested that this Honorable Body approve this request.
Reason: This change order is due to a request made by the Health & Hospitals System Board that provides for additional architectural services necessary to relocate the mail order pharmacy to the second floor of "F" Building from the first floor. These services include a project time extension, drawing and specification revisions, additional construction administration and new power and data line requirements.
Contract No. 07-41-469
Fiscal Impact: $27,550.00
28000 Cook County Health & Hospitals
This project was included in the 2009 Capital Improvement Program Projects approved by the Board of Commissioners on April 2, 2009.
APPR f JUL 292010
BY BO;,RD OF DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSTEM
Request # 7
BRUCE WASHINGTON, Director, Office of Capital Planning and Policy
transmitted herewith for your approval is Change Order No.4 in the amount of $16,154.00 to the contract with Reliable & Associates, Chicago, Illinois for the Flammable Liquid Storage Room Formerly 12KV Building Project at John H. Stroger, Jr. Hospital Campus. It is respectfully requested that this Honorable Body approve this request.
Reason: This change order includes the reconfiguration of sump pump depths, two sump pumps and concrete work. lms is due to unforeseen conditions of the existing structural condition of the basement concrete floor and foundations.
Contract No.07-53-552
Estimated Fiscal Impact: $16,154.00
28000 Cook County Health & Hospitals
Contract Time Extension: Ninety (90) Days, From July 14,2010 through, October 11,2010
This is categorized as a renovation project.
This project was included in the 2009 Capital Improvement Program Projects approved by the Board of Commissioners on April 2, 2009.
I JUL2 92010
BY BOAROOF DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSTEM
Request # 8
BRUCE WASHINGTON, Director, Office ofCapital Planning and Policy
transmitted herewith for your approval is Change Order No. I a credit in the amount of ($23,572.08) and a time extension request of 201 calendar days to the Contract with National Roofing Corporation, Forest Park, Illinois for the Countywide Roof Replacement Project, Phase IV, Bid Package 3-Forensic lnstitute, Hektoen Building, Durand Building, County Building and Provident Hospital of Cook County. It is respectfully requested that this Honorable Body approve this request.
Reason: This change order provides for coring in two locations to run the conduit for the existing flag pole lighting beneath the roof deck, a metal sleeve and boot flashing for water tight conditions and for the removal and rebuilding of the existing curb for the exhaust vent on the mechanical penthouse.
Credit for the damages on the II th Floor at 118 N. Clark Street caused by a leak in the temporary roofing are included. Delays due to inclement weather and the masonry restoration work at Provident Hospital precipitated the need for the time extension. This change order includes a $25,150.00 credit to replace a 1" base layer of polyiso insulation and the 1/8" tapered layer of polyiso insuJation with one layer of 3.3" polyiso insuJation at 118 N. Clark Street, for a savings of $24, 150.00. The net sum ofall the changes resulted in a credit.
These changes are due to unforeseen field conditions.
Contract No. 09-53-237
Original Contract Sum: Total Changes to-date: Adjusted Contract to-date: Amount of this Modification: Adjusted Contract Sum;
$2,733,500,00 0.00
$2,733,500.00 (23,572.08l
20000 County Physical Plant
This project is categorized as a roof renovation project.
This project was included in the 2009 Capital Improvement Program proje Commissioners on April 2, 2009.
APPRO~
s ap~rov~~~l~ tPotRd of
BY BOARD OF DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSTEM
Request # 9
BRUCE WASHINGTON, Director, Office ofCapital Planning and Policy
requesting authorization for the Purchasing Agent to enter into contracts with Noresco, LLC, Des Plaines, I1Iinois and Johnson Controls, Inc., Arlington Heights, Illinois, selected from the Request for QualificationslRequest for Proposals (RFQ/RFP) process for engineering services for the Cook County Guaranteed Energy and Emission Savings Initiative for the Department of Corrections Campus and Stroger Hospital of Cook County Campus Project respectively.
Reason: This contract provides for a full range of energy services and energy-related capital improvements designed to reduce air emissions within the public sector. These services will include the evaluation of the County's facilities and vehicles to reduce energy costs, water usage, improve energy efficiency practices and reduce air pollution emissions. Noresco, LLC, and Johnson Controls, Inc., will be required to reduce carbon dioxide emissions from natural gas, gasoline, coal, oil, and direct power generation and indirect emissions derived from the use of purchasing of electricity. These companies are required to reduce air pollution emissions from those sources a minimum of 1 0% of the previous year's levels for the years of 2007, 2008, 2009, 2010 and 2011.
The Department ofEnvironmental Control is in a joint venture with the Office of Capital Planning and Policy for this Guaranteed Energy and Emission Savings Initiative.
The Initiative will be funded by the projected guaranteed savings and selected capital improvements by municipal financing.
This is categorized as an energy efficiency project
Estimated Fiscal Impact: None. 20000 County Physical Plant JUL 2 9 2010
BV BOARD OF DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSTEM
Ii
BoARD APPROVAL REQUEST .
'1'YPE OF REQUEST: APProval of VENDOR/SUPPLIER: Health Management, Inc. Payment Houstoo, Tx
i SELF.£TION OF METHODOLOGY: BID I SOLE SOURCE! RFPI PURCHASING CONSORTIA! (''OMPARABLE • GOVEIDI'MENTBID:
ACCOUNT It 897-278 FISCAL IMPACT: $282,173.85 GRANT FUNDED AMOUNT: none
CONTRACT PERIOD: 2/112010 thru 8fJ1I2010 REQ#/CONTRACT# 98970554 Purchase Order No. 11 • REQUESTING DEPTJAFFD..lATE: Pulmooary SPONSOR: Dr, Robert Cohen - Dir. of Pulmonary Med • Mediclne Dept. - JHS Jolu!!lIC, Brown, COO -JH~\t-..;
II IS THIS REQUEST THE I,O~ IS THIS CONTRACT BIDDER/SUPPLIER? No SOLE SOURCE? No
JUSTIFICATION: CCHHS is in the process ofcompleting a new contract with Health Management. Inc. for this service. This lransmittal request is to cover past and future se£Vices provided by Health Management, Inc. until the completion ofa new contract.
. Amount February - May
lune- August $120,931.6:~ . $282.173..85Total: . .... .. ...~~ ~~
TERMS OF REQUEST: This request is to fulfill payment on services rendered in the lU1lOunt of $282,173.85 for the . . period from 111/2010 through 813112010. A new contract ifHIO-25-023 is currently in process. The delay is attributed to the timing ofEDS documents being provided by the Vendor. Contract # HIO·2.5-023 win be for 36 months /rom 91112010 thru 8/3112013.
HAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE? Pending
ATTACHMENTS
BID TABULATIONS: No APPROVED CONTRACT COMPLIANCE MEMO: Pending
JUL 292010I . CCBIISCOO, ~7:LR BY BOARD OFAntbooy Tedeschi, Cbier 0 rating Ofllrer DIRECTORS OF THE COOK COUNTY
HEALTH AND HOSPITALS SYSTEM
Request # 11
• Ambulatory & Community Health NetWork' Cel'D'l.llk Healtb Services' Department ofPubJIc Health • • John IL Stroger, J .... Hospital of Cook County· Oak ForestIDlspital' Provident Hospital • Ruth M. Rothstein CORE
Center'
Page 19 of 132
BOARD APPROVAL REQUEST
TYPE OF REQUEST: Increase VENDOR/SUPPLIER: Midway Moving & Storage, Inc Contract Cbical!o. JL SELECTION OF METIIODOLOGY: BID I SOU SOURCE! RFP/PURCHASJNG CONSORTIAI COMPARABLE GOVERNMENT BID: Bid • . ACCOUNT 4t 897-235 FISCAL IMPACT: $39,000.00 GRA...""T FUNDED AMOUNT: None
CONTRACT PERIOD: 619/2009 thru.6I8J2011 . REQ#/CO!'fTRACT# 08-84-2042
REQUESTING DEPf/AFFILIATE: Environmental SPONSOR: Stevie Binion - Asst. Dir. EnvJr~- JHS Services - JUS Johnny C. Brown. COO - JIIS...
i IS THIS REQUEST THE LOWEST IS THIS CONTRACT ~
! BIDDERlSUPPLlER? Yes SOLE SOURCE? No
JUSTlFlCAnON: This increase will allow sufficient funds through the end of the contract JXrlod. This wllI include payment on outstanding invoices. Midway :Moving & Storage. Inc. has staled they are in agreement to the services they are CUlTently providing. The contract increase is due to incremental volumes from additional departments. Additional departments were included in the current conlract as required by lDPPA guidelines. The service provided is for shredding of confidential medical documents.
TERMS OF REQUEST: Contract # 08-84-2042 was awarded by the Cook County Board, The contract period from 619/2009 through 618/2011 was awarded in the amount of $22,176,00. The increase of this reqUe!lt is in the amount of $39,000.00
HAS THlS BEEN REVIEWED BY CONTRACT COMPLIANCE? Pending
ATTACHMENTS
~~. 1 JUL 2 9 2010
ByeOAROOF
CCHHSCFO~~ ~IIlL DIRECTORS OF THE COOK COUNTY , HEALTH AND HOSPITALS SYSTEM
Michael Ayres;cer~laIOr
Request # 12
• Ambulatory & Connnnnity Health Network. Cennak Health Services • Department of Public Health • • John H. Stroger, Jr. Hospital of Cook County • Oak Forest IloIlpilal o Provident Hospiilll • Ruth M. Rothstein COllE
Center 0
Page 20 of 132
0f'PICf! OF <::ONTRACT COMI'I..IANCE
III North Clwldllr$CI. ROOJII 1000 ehlCOjl().lIIlnnIHi0602.IJ04
TBI-I.?):!) (>0'·'.502 , PAX (312) 6(f.4!1-11
lune 29, 2010
Ms. leslie Duffy Senior Director Supply Chain Management 1900 West Polk Street, Suite 220 Chicago, IL 60612 .
Re: Contract No. OMP-OS-84-2042 RebId (Increase $39;000.00)
Dear Ms. Duffy:
The following bid for tne above referenced contract has been reviewed for compliance with the General Conditions regarding the Minority and Women Owned BusIness Enterprises OrdInance and has been found to be responsive to the Ordinance:
.. Midway Moving & Storage, Inc.
The Office of Contract Compliance has been advised that no other bidders are being recommended for award.
Sincerely,
BOARD APPROVAL REQUEST
DATE: 6n12010 PRODUCT/SERVICE: Reagents & Supplies for Chemistry and Immunochemistry Testinjt
. TYPE OF REQUEST: Extend VENDOR/SUPPLIER: Abbott Laboratqries - Diagnostics Contract Chicae;o,IL
! 1 SELECTION OF METHODOLOGY: BID 1SOLE SOURCElRFI'I PURCHASING CONSORTIA! COMPARABLE .1 GOVERNMEI\'T 8m: Bid I ACCOUNT # 89]-23·:::5~"-----i""F=r""S-=C-'-AL=-=IM=-=-P-'-A-=CT=-:-:-N:-on-e---~-- I GRANT FUNDED AMOUANone ~
ICONTRACT PERIOD: 7/3112010 lhru 1013Ot2010 REQ#/CONTRACT# 06.72-290 ~ rA REQUESTING DEPT/AFFILIA TE: CUniesl SPONSOR: Sidney Thomas, COO PH7 "1~O~
._Laboratories - Provident II.lIspital of Cook County Joanne Dulsld, LaboratOry.DirJCLJ:.rS 0" , IS THIS REQUEST THE WWEST IS THIS CONTRACT f, 1 BmDERlSUPf_LIER? Yes ~__~SO=L~E.::.S~Oc:oU:.!:R",C",E,-,-?-,N,-"o,--__________....J
JUSTIFICATION: This request will aUow US to tontiDwe providing chemistry and immunochemistry services, while validation and Implementation for tbe new System-wide contract is completed.
TERMS OF REQUEST: The original Contract # 06..72-29(1 was awarded by the Cook County Board on 121()f)12006 in tbe amount 0($1,229,291.87 for a three (3) year period. Request for an extension was approved by the CCHHS on 2/26/10 from period 1/412010 thro 61312010. Tbis reqllest Is ror an extension 01 Time Only. Approximately $277,291.87 of the origioal Board approved amollnt remains unencumbered.
MonthsEnd Date Start DateAmountRequest Contract No. Board Approval
36113120JO1/4/20117121612006 $1,229,291.8706-72-290Orisdoal. 66130120101/412010nla
" .""""-~-"
ATTACHMENTS
CCU..COO, ·~f£ I JUL 292010
Anthony Tedescbl. Chief Ope g Officer BYBOMDOF DIRECTORS OF THE COOK COUNTY
CCHHSCFO:<~~~ HEALTH AND HOSPITALS SYSTEM
Michael Ayres, Chief inanc IOffi
Request # 13
• Alllbulatory & Community Health Network· Cermak Heallh Services' Department 01 Public Healtb • • John H. Stroger, Jr. H()spitol of Cook CC}llllty • Oak Forest HrulJlitaf' Provident Hospilnl • Ruth M. Rothstein CORE
Center·
Page 22 of 132
TYPE OF REQUE..~T: Increase and VENDORISUPPLIER: Star Dereetlve and Security Ageacy • Extension ofContraet
SELECTION METHODOLOGY: BIDIRFPIPURCHAstNG CONSORTIA/COMPARABLE GOVERNMENTBID: Bid ACCOUNT # JFISCAL IMPACT: ~8=9=1~-~~~~==~~________ _~.~35~6~,~~.OO~__~__________-L___________
GRANT FUNDED AMOUNT: None
! IS TInS CONTRACT SOLE SOURCE? NO
JUSTIl<'ICATION: This two (1) month tlJ.tenslon will allowcootlnued security services until the evaluation, award and implementation ofa new oontract for which thtl RFPs have been received and are currently being evaluated by committee.
TERMS OF REQUEST: Tile contract was originaHyawarded by the Cook COUDty Boa'rd on 212112007 in tbe lUIH)unt of $5,585,788.80 for a tbree (3) year period from 0410912007 thm 04I08ll&10. AD exteDsion from 4/9/1(1 thru 818110 and an increase 0($712,000.00 was approved by the CCHBS Board on 3/26/10.
BAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE? Pending
WHAT PERCENTAGE OF THIS CONTRACT IS MBElWBE? Pending
ATTACHMENTS
AP 1 JUL 292010
BY BOARD OF DIRECTORS OF THE COOK COU HEALTH AND HOSPITALS SYSTEM
Request # 14
• Ambulatory & Community Health Network' Cermak Health Services· Department 01 Public Health • '1()lIn H. StNger. Jr. Hospital of Cook County· Oak Forest Hospital' Provident Hospital • Ruth M. Rothstein CORE
Center •
Page 23 of 132
BOARD APPROVAL REQUEST .
TYPE OF REQUEST: , VENDOR/SUPPLIER: Northwestern Pharmaceutical and Supply Corp. Enter into and Execute Contract I. Lincolnwood, IL SELECTION METHODOLOGY: lJIDfRFPfPURCHASING CONSORTIA/COMPARABLE GOVERNMENT BID: . Sole Source . ACCOUNT # 891/365 GRANT FUNDED AMOUNT: NoneFfSCAL IMPACT:
8971365 Provident Ii'ospilal: $ 1,287,6'70.60 898/365 Stroger Hospitat $ 11,450,246.90
Oak. FQfestHll£p.itll.I: $ 836,:177.5~ .. Total $ 13.574,295,05
~1'RACTPERl(jD: 711110 - 6{30/1S : REQ#fCONTRACT# HI 0·25-065 REQUESTING DEPT/A.FFI.LIATE: SPONSOR: Joanne Dulski, Laboratory Director - CC;;;:J., CCHHS - .Department Qf Laboratories . Sylvia Edwards, COO, Oak Forest Hospital
Sidney Thomas, COO, Provident Hospital ~ . Johnny C. Brown, COO - JHS . d., -".
IS THIS CONTRACT . . BIDDER/SUPPLIER? No . IS THIS REQUEST TIIE.LOWEST
SOLE SOURCE? Yes . . .
. .
..
'. AIIACHMENTS
.aID TABULA TrONS: No
APPROVEDCONTRACT COMPLIANCE MEMO: Yes
JUl 2 9 2010f
BY BOARD OF DIRECTORS OF THE COOK COl!!'!T:Y-'CCHHSCOO, ~q[f£?L.f2 HEALTH AND HOSPJTALS SYSTEMAnthony red~chi!-.o"1.Chie per.atlngOfficer-
CCHHS CFO":-:;{ &AJ:.~# ./ Michael Ayres, Chief Financial Offic;,lr Request #
15 -
• Ambullitory & ColtlmunityHealth Network' Cermllk Health Services· Oepartment of Public Health' • John H. Stl'('ger, ,Jr. Hospi'tnl of Cook County· OH), Forest Hfl3pital' Pruvitlent Hospital' Ruth M. Rothstein CORE
Center' .
Page 24 of 132
BI!.'T1'Y HANCOCK PERRY r;mtP.CroR
, TEL (312) tifl.'h~'02 PAX Pl2) (l(~'-4'41
June 15, 2010
M$. Leslie DuffY . Sen'or DirectOr Supply Chain Ma,nagement . 1969 W.Ogden, SUite 5360, Chicago, Il60612
Re! Contract No. HI0~25~06S
Dear Ms. Duffy:
The fonowing' bid for the aboverefetencecf contract has been' revlewect . for compliance with the General Conditions regarding the. Minority ,and Women Owned Business Enterprises Ordinance and has been found to bi3 responsive to the Ordinance:
.. Northwestem Pharmaceuticals and Supply Corporatlon
The Office of Contract Compllance has been advised that no other bidders are beIng recommended for award.
Sincerely, .
_ ~ ~_:.. __ M __ .~-~.-.,.. - ~ -~••­
BOARD APPROVAL REQUEST .
DATE: 612&'2:010 PRODUCT/SERVICE: TeIe·Radiolegy Services
ITYPE OF REQUEST: Enter Into VENDOR/SUPPLIER: Virtual Radiologic Professionals of D1inois, S.C. I and Execute Contract Eden Prairie, MN SELECTION OF METHOOOLOGY: BID I SOLE SOURCE! RFP! PURCHASING CONSORTIA! COMPARABLE j' GOVERNMENT BID: RFF . ACCOUNT if FISCAL IMPACT: ! GRANT FUNDED AMOUNT:-'- ­ 891. 260 Provident HaspilBl $900,000.00 None ' 898·260 Oak Forest Hospital 60&
ToIBl CONTRACT PERIOD: REQtt!CONTRACT# 811110 ·713112813 HlO·25-024 REQUESTING DEPT/AFFILIA TE: SPONSOR: . CV Provident Hospital of Cook County Sidney A. Thomas, Coo, Provident Hospital ..,mt Oak Forest Hospital of Cook County SylviaEdwlI~S,COO, Oak Forest Hospitat~. IS THIS REQUEST THE LOWEST IS TIIIS CONTRACT BIDDER/SUPPLIER? No SOLE SOURCE? Yes
JUSTIFICATION: This contract for radiologist interpretation services Is required for emergency Imaging procedures for patients that are typically from the emergency depal1ments or intensive car.e milts after normal business hOCll."S when staff Radiologists are not on-site. An RFP HI0-000'7 was issued for thts service. A committee was formed and a set tJf evaJuat.i.ng criteria was estabJishfd consisting or: a) Cost, b) Turnaround Time, c) Managerial Tools, d) Quality Assurance Programs, e) Integration and, f) Credentialing. Each criteria used was measUred on a scale of 1 to 3 with 3 being the best score.. The scores from each evaluator were tallied and combioed for II total score.. The vendor, Virtual Radiologic Professiona.1s of Dlinois, bad the highest aggregate score and was found to be responsive to the MBFJWBE Ordinance by the Office of Contract Compliance.
TERMS OF REQUEST: This is a thirty.slx (36) month contract to commence 811110 thru 7131113.
HAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE? Yes
ATTACHMENTS
APPROVED I JUL 292010
BY BOARD OF DIRECTORS OF THE COOK COUNTY HeALTH AND HOSPITALS SYSTEM
CClIHS.CF~~" L Michael Ayres, Chie Financial 0
Request # 16
• Ambulatory & Community Health Network· Cermak Health Services· Department or Public Healtb • • John IL stroger, Jr. HospitaI d Cook County. Oak Forest Hospital- Provident Umlpital • Ruth M. Rothstein CORE
Center-
Page 26 of 132
BETIY lIANCOCIt l'ERR\' 1lI1I1!CT01t
118 Nord! ClIl!1r Sm:ct. 11M", 1020 C~Icqn. Illinol.< 1I0I\02·13()4
'rEl (312) ti03-5!102 I'AX (lI1l) ~l1.l-4.'!47
June 1S, 2010
Ms. leslie Duffy Senior Director Supply Chain Management 1969 W. Ogden, SUite 5360 ChIcago, II 60612
Re: Contract No. Hl0-2S-024
Dear Ms, DuffY:
The following bid for the above referenced contract has been reviewed for compliance with the Genera' Conditions regarding the Minority and Woman Business Enterprises Ordinance and has been found to be responsive to the Ordinance.
• Virtual RadlQloglc: Professionals of Illinois, S.C.
The Office of Contract Compliance has been advised that no other bIdders are being recommended for award.
Sincerely,
BOARD APPROVAL REQUEST
• TYPE OF REQUEST; Eilter into and VENOORlSUPPLIER: Nortb~~tern Pharmaceutical, Chicago, Illinois
SELECTION OF METHODOLOGY: BID I SOLE SOURCEI RFPI PURCHASING CONSORTIA! COMPARABLE GOVERNMENT Bm: Sole Source ACCOUNT # 897-365 FISCAL IMPACT: IGRANT FUNnEl) AMOUNT:
891-365 Stroger Hospital: $693,143.52 None 898-365 Provident Hospital: $338,343.63 .
oak Forest Hospital; $303.402.56 Total: S) ,334,889.71 I
CONTRACT PERlOn: REQItICONTRACT# 8/112010 throo1/h 1131/2011 810-25-088 REQUESTING nEPT/AFFILIATE: SPONSOR: 10anne M. Dulski, LaJ.!..?:jf§I,P,I2;C;or, C71ts Department ofPathologyI John H. Stroger 10hnny C. Brown, COO, IHS \J,. ~ 'fTi" '"
Sylvia Edwards, COO, OF Sydney Thomas, COO, PHce
lIS THIS REQUEST THE LOWEST IS THIS CONTRACT BIDnERlSUPPLlER? No SOLE SOURCE? Yes
JUSTIFICATION; Contract will provide Bio R.arl controls needed for the Chemistry, Immunology and HIV serology tests perfonned on the Chemistry, Immunology and Ortho instruments in the laboratories at Stroger, Provident, and Oak Forest Hospitals. These controls have high specificity and no bias. Northwestern .Pharmaceutical is the sole distributor as designated by Bio R.arl; Bia Rad cannot meet WBEIMBE compliance.
TERMS OF REQUEST: This request is to enter into and execute contract:l H}()..25-088 for 60 months from 7/112010 thru 6/30/15 in the amount of$I,334,889.71
HAS THIS BEEN REVIEWEn BY CONTRACT COMPLIANCE? Pending
ATTACHMENTS
JUL 2 9 2010I
~ CCHHSCOO: ~Z~ BY BOAROOF Anthony Tedescbi;ilwOti:OfOeer DIRECTORS OF THE COOK COUNTY
HEALTH AND HOSPITALS SYSTEM
Request # 17
• Ambulatory & Community Health Network· Cermak ffealth Services' Department of Public Health' • John H. Strog~r. Jr. Hospital of Cook Cou:nty • Oak Forest Hospital' Provident Hospital' Ruth M. Rothstein CORE
Centor'
I Page 28 of 132
COOK COUNTY OFFICE OF CONTRACT CoMPLIANCE
JI'I!'.TT\' IIANCOCK Pl!:RRY 0I1!JlCT01(
nlL 012160~·MI>2 "'AX (31~11i03-4~4-7
June 28, 2010
Ms. leslie Duffy Senior Dfrector Supply Chain Management 1969 W. Ogden, Suite 5360 Chicago, IL60612
R'e: Contract No. HIO-25-088
Dear Ms. Duffy:
. ThefoJlawing bid for the .sbovereferenced contract has been reviewed for compliance with the General Conditions regarding the Minority and Women Owned Business enterprises Ordinance and has been found to be responsive to the Ordinance;
Bidder: Northwestern Pharmaceutical and Supply CorporatIon Bid Amount: $1,334,889.71
MlWee $tatua Dollars eBl SelVices MBE-6 $333,722.43 (D) Trako Dental Medical Supply Company WBE-7 $133,488.97 (D) 10%
The Office of Contract Compliance has been advised that no other bidders are being recommended fot award.
SIncerely,
Page 29 of 132
.JtJSTIFICAnON: More Oirect is thl! lIuthorized \'cndof of tbe University Health System Consortium (HHe) for the provision of information tl!'chuoJogy hllrdwllre, software alld acce:;.~orifS. More Direct represents multiple mannflll:lurers; thereby, offering Ilu.rf products under ORe tnnlnlct.
n:RMS OF REQUEST: This contract is ror Q period of 2411100ths rrom OS/OWO t.llrough 07131/12 and is in tile total amOullt of $1,200,000.011
HAS TurS BEEN REVIEWED BY eONTRACT COMPLlANCl:? Pending
.;\llACHMEN1'S DlD TAB1JI .•ATIONS; No
CONTRACT COMPLIANCE MEMO: No
• Anibuilllon & Comnllmilv Healllh Ndwllri.' Cermak Health Sel'VH:cs' [)cpartment 6fPoblic Health' •.Iul". 11. Strol!;r, ,Jr. Hosj)it.1 O"rCook County· Oak t·()r.~t [h.spiiAI- I'm"i.lent 11,,~p;lill • Rllth M. Rotbstein ("ORf'.
Center ..
Page 30 of 132
BOARD APPROVAL REQUEST
DATE: 6/2112010 and Hematolo Point of Care Testin TYPE OF REQUF-ST: Enter Into and Execute Contract Laboratories IDe., Abbott Park, Dlinois SELECTION OF MEmODOLOGY: BID I SOLE SOURCE! RFPI PURCHASING CONSORTW COMPARABLE GOVERNMENTBID~:~S~o~le~S~o=m~ce~~~~~~~=-__________-r==~~==~~~~==____~
, ACCOUNT # - FISCAL IMPACT: GRANT FUNDED AMOUNT: 897-365 $860,767.00 None CONTRACT PERIOD: REQ#/CONTRACT# 8/1/10 throu 7131/13 HI0-2S-055 REQUESTING DEPT/AFFILIATE: SPONSOR: JOatme M. Dulski Department of Pathology I Stroger HDspital
"..".....-J
Laboratory Director. CCHHS Johnn Brown, COO, Sir er Hi:Js ita!
IS THIS REQUEST THE LOWEST IS mIS CONTRACT BIDDERlSUPPLffiR? No SOU; SQUR,CE.?)"~.
JUSTIFICATION: The contract provides cartridges and reagents needed for chemistry and coagulation tests performed at patient bedside at Srroger, Provident, and Oak Forest Hi:J.~pitals and ACHN Clinics under the oversight of the Deplirtment of Pathology at Stroger Hospital. Abbott Laboratories is the sole somce of these cartridges and reagenm, a closed proprietary system. The 15% increa.~ in cost is attribnted to additional point of care testing, cartridges i.e. Oem 8 Plus, CG4+ fur Lactate and the addition of Oak Forest and Provident Hospitals, and Cermak in the contract
Current Contract 07-42-128 was Cook County Board approved on 1216106 fur three years from 8111ffJ through 7131110 with awarded amount of $748,493.34 with Abbott Laboratories.
TERMS OF REQUEST: This request is to Enter Into and Ex.ecute Contract # mO-2S-055 fur 36 months from 8/1/10 through 7/3112013 in the amount of $860,767.00 fur &roger, Provident, Oak Fotest HDspitals and ACHN clinics
HAS mIS BEEN REVIEWED BY CONTRAC-'T COMPLIANCE? Yes
ATIACHMENTS
CCHHSCOO: ~7~ Anthony Tedeschi, Chief Ope ng Oftker
CCHHSCFO~~~~~~~·~~'~(~._~~______________ Michael Ayres, ChierFinanCl~
A JUL 292010
BY BOARD OF DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSTEM
Request # 19
f
, , , I
• Ambulatory &Cornmunity Health Network • Cermak Health Serric:es • Department of Public Health • • Jolm H. Stroger, Jr. Hospital of Cook COWJty - Oak Forest Hospital- Pro.wenl Hospillli • Ruth M. RotbsteiD CORE
Center-
Page 31 of 132
COOl< COUNTY OFFICE OF CONTRAC(' COMPLIANCE
RTI'Y RANCOCK PEJOtV OIIIF.CTQK
118 North Out SI_.ltoom IO"'.() C~ii:&I'" Illinois 60602:.I.1il4
TEL (3 j 2} 603-3~1ll
PAX (.1121 6(l~M7
June 28, 2010
Ms. Leslie Duffy Senior Director Supply Chatn Management 1969 W. Ogden, Suite 5360 Chicago, Il 60612
Re: ContrlJQ: N.o. HI0-25-055
Dear Ms. Duffy:
The followl n9 bid for the above referenced contract has been reviewed for compliance with the· General Conditions regarding the Minority and Women Owned Business Enterprises OrdInance and has been found to be responsIve to the Ordinance;
Bidder: Abbott Point of Care, Inc. Bid Amount: $860,767.00
M/WI!I; Mays Chemicals Company New World Van Unes of IllInois
Status MBE-6
~ 250/0
10%
The Office of Contract Compliance has been advised that no other bidders are being reeommended for award.
Sincerely,
Page 32 of 132
BOARD APPROVAL REQUEST AS AMENDED
DATE: 6125110 TYPE OF REQUEST: Enter into and Execute Contract SELECTION METHODOLOGY: BID I RFPI! GPOI,
• COMPARABLE GOVERNMENT BID i i
i SOLE SOURCE x ACCOUNT NO(S). 897-261 CONTRACT PERIODIEXTENSION PERIOD: 8/1110 - 7/31/11 REQUESTING DEPT(S)/ AFFILIATE(S) OR SYSTEM: CCHHS Department of Obstetrics and Gynecology
PRODUCT/SERVICE REQUESTED: Maternal Fetal Medicine Services VENDOR/CITY, STATE: Northwestern Medical Neaww't)stefft MeH'lefiaWaculty Foundation, Chicago, IL IS THIS VENDOR THE LOWEST
""­
REQ NO./CONTRACT NO(S).
SPONSOR(S) NAME(S) & TITLE(S): Edward Linn, M.D., System Chair, Department of Obstetrics and Gynecology I Johnny C. Brown, Chief Operating Officer. Stroger Hospital I
I i
JUSTIFICATION: Northwestern Medical Faculty Foundation (NMFF) is a Physician Group affiliated with Northwestern Memorial Hospital and the Feinberg School of Medicine. The Department of Obstetrics and Gynecology is facing a severe shortage of physicians qualified in maternal fetal medicine and is able to contract on a limited basis for these services to assist in meeting patient care needs. Maternal Fetal Medicine physicians are highly specialized and address issues arising in more complicated pregnancies.
TERMS OF REQUEST: Request to enter into and execute a one year contract beginning August 1, 2010 and continuing through July 31, 2011. The contract will provide for the provision of in house coverage of maternal-fetal medicine services for sixteen hours per week as well as for the provision off-site night call maternal fetal medicine coverage (availability by phone to participate in consultations regarding in-patients and transports) for twenty-four (24) hours per week. NMFF Physicians will make on site rounds and be available for administrative, teaching and quality assurance activities; will provide consultation to Medical Staff members for obstetric services; will staff on-site outpatient high-risk obstetric clinics with residents and students; and will participate in teaching conferences. In addition, NMFF will provide a physician at no additional charge who will serve in the newly formed OB/Gyn clinic in Fantus for one half day each week.
HAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE?
ATTACHMENTS
CCHHSCF~&w Michael Ayres, Chi6 Financial cer
APPROVED ,.IUL 2 9 2010
BY BOARD OF DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSTEM
Request # 20
DATE: PRODUCT/SERVICE: 6/9/20 I 0 Hev -I. Trugene Genotyping Testing TYPE OF REQUEST: VENDOR/SUPPLIER:_ Enter Into and Exeocute Contract Siemens Medical Solutions Diagnostics. Dallas, Texas .. SELECTION OF METHODOLOGY: BID /SOLE SOURCE! RFfI PURCHASING CONSO"R'-=T==I-AJ-C"-O=-M-PA-RA-B-L-E-' GOVERNMENT aID: Sole Sowce . ACCOUNT # 897-3651 GRANT FUND.ED AMOUNT:
NA '-C;:;:,O;:;:N~T;;;;R~ACT~;:;-P;::;E;;;R;::I-=O~D-:---'---L:::::::":';:':::"::':':':-~r-R-E'="Q#""""'JC=O:C:N-:::T::::R:-:A-::cr::!::li- '~---------I
7/1110 throu b 6/3012013 HI 0·25·033 REQUESTING DEPt/AFFILIAtE: .SPONSOR: .roanIWM. Dulski, John Stroger Hospital·Dept. ofPatll%gy Laboratory Director, CCHHS
1-::::-==-='-::":::-===-=="--",=-::-:::-:=--o=~______-j...:!J~ohn~n~B.:,:ro:.::wn,~CO==()yStroger},..;.Io;:.;;s"'p;.;;.ita;:.:'_....,.:._-'-___-,i IS THIS REQUEST THE LOWEST IS THJS CONT.ij.ACT BlDDERlSUPPLIER? No _~__. __"_____-_L:::S:.::O;..::L=E:.::S:.::O:..::UR=C=.E.:..?c.:Yc::;e::...s~__....,-__________
JUSTIFICATION: This contract will prOvide reagents, kits, consumabJes for HIV Trugene Genoiyping tests. which arean "indirect measure of drug resistance that det~ts mutations in"the HIV-l viral genome. This mutation requires an interpretation of the eeffects on drug susceptibility ofantiretrovirals down to >1,000 copiesltnL. Only Siemens TRUGENE HIV-l test kits are FDA-approved for these measurements; SiemellS Medical Solutions is the Sole Source for this reagent system. ­
TERMS OF REQUEST: " .. . ".. ' "" -. " ­ This COI1:raCl is iuthe amount of$291 ,573.00 fora period 0[36 months from 7/111 0 through 6130i20 13" This -cOntract is for "Cost per Patient Reportable Test Only". CCflHS is charged for the first test per patient. Subsequef)t tests per patient are . provided at no charge. .
HAS TIDS BEEN .REVIEWED BY CONTRACT COMPLJANCE? Yes
ATTACHMENTS
AntbonyTedeSch~~ . BY 80ARD OF
Request # 21
• Ambulatory & Community Health Network' Cermak Health ServiceS· !)e~artment of Public Healtb • • Jr)bn H. StJ"{)gtf, Jr. Hospital oreno/{ County' Onk forest Hospitol' Provident Hf)Sf"tal • Ruth M. RothsteIn CORE
Center'
Page 34 of 132
'!lDi<I. !'£TERN.SILvmIll 'lIIIlOl$~ 2m' 01,,: BRIll~~EB ,.. Dot, OIREt:JUK 3rd /list. JOHN P, OAlEY 1'1. DIlL . 4fu 0lIl. ffiliR£STCIJ.\'POOl. tl~ OI$L 118 North aru:k Sfreet, Room 1020 5th 1if5'L lARRY stTRlEfIU1 1311< Disl CI1icago,/Dinoil 6!l6Q2-IJ046!n Din GREGG .OSUN H" ilIA, 7m OlJt.,. "",mH. s~..."'" ISlh DIS!. TEL (3J2)'603-5502 8UI Olsl, AN'fHI'lN¥ J. ~ 16th OiSL , J:AX (312) 603-4541
!l./2)BElli AIIN OO!IW _ 'Ill! 0lIl.
June 2, 2010
,I\IIs. Leslie Duffy. Senior Director Supply Chain Management 1969 W. Ogdel.1, Suite 5360, Chicago, lL 60612 . ,
Re: Contract No. Hl0~25-033
Pear Ms. Duffy: "
.The fo/lowingbid for the above -referenced contract lias been revieWed for c;ompfiance with the General Conditions regarding the' Miriority an.d
. Women Owned B~'sJness EnterprIses Ordinance and'has been found to be responsive to the:Ordinarice:
.. Siemens Healthcare Diagnostics, Inc~
The Office of Contract 'Compliance has been advised that no other bidders are being recommended,for award. . '
. Sincerely,
r-., .-::BHPjhrtj . t.:) .',;) "
~. ~
BOARD APPROVAL REQUEST
TYPE OF REQUEST: Enter into & IVENDORISUPPLIER: Proximare Health Inc. Execute Contract .' SaVll!lrulh, GA SELECTION OF METHODOLOGY: BID / SOLE SOURCE! RFP/ PURCHASING CONSORTIAI COMPARABLE GOVERNMENT BID: Sole Source ACCOUNT # I FISCAL IMPACT: IGRANT FUNDED AMOUNT: 893/260 $195,000.00 None CONTRACT PERIOD: 7/1612010 -7/15/2011 REQ#/CONTRACT# 92450
REQUESTING DEPT/AFFILIATE: ACHN-CCHBS
!-.: IS THIS REQUEST THE LOWEST BIDDERISUPPLIER? No
IS THIS CONTRACT . SOLE SOURCE? Yes
JUSTIFICATION: Req~ to enter & execute a contract for the maintenance, management, server provisioning and operation modificatious. This one year contract period is approved by Stroger Hospitallnl'onnatioo System Clinical ­ Advisory Cororoittee. Contract sHows for the mainterumce ofa System-wide electronic specialty-and sub-specialty clinic referral system. IRIS supports the revenue geoeradng initJatives.
TERMS OF REQUEST: This request is to enter into & execute requisition # 92450 for 12 mouths from 7/1612010 through 7/1512011 in the amount of $195,000.00. The new contract Is In process and win be assigned a new contract number.
HAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE? Pending
AITACIIME;.'lTS
APPROVED I JUl 292010
TH AND HOSPITALS SYSTEM
Request # 22
• Ambulatory & Community Health Network' Cermak Health Services' Department of Public Health • • John H. Stroger, Jr. Hcspitlll of Cook CoUDty' Oak ForestHospltat· Pro-Pident Hcspital • Ruth M. Rothsrein CORE
Center •
Page 36 of 132
BOARD APPROVAL ~EQUEST
TYPE OF REQUEST: Enter into & VENDOR/SUPPLIER: GE Healthcarelr..... Coo""" W"""ha ... SELECTION OF METHODOLOGY: BID.. I SOLE SOllRCEf.RFPI PURCHASING CONSORTIA! COMPARABLE GOVERNMENT BID: Grant
• ACCOUNT # TFISCALIMPACT: No-ne----,-G=R=-AN:-:-::::T:-::F:c-U""'N=O=ED=-:-AM~O~UNT~:-- ­ 897-579 • $188,099.84 CONTRACT PERIOD: 12/01109 to 11/31110 REQ1t.ICONTRACT# H10-25-105 REQUESTING DEPT/AFFILIATE: ·SPONSOR: Dr. Bradley Langer, Radiology Chairm:;a~2.:::I:lI' Administration ... JohnnY.£J!,.'Crow~n!.!..,!::C~O~O:..:-~J!.!H~::Ltj'!;...::.:;..J~Ih."'" IS THIS REQUEST THE LOWEST IS THIS CONTRACT BIDDER/SUPPLIER? NlA SOLE SOURCE? Yes
JUSTIFICATION: A grant fUl'lded through Heallh Resources and Service Administration for the purchase of PACS equlprrlent through Strager. The grant covers the entire cost of the equipment and software. Grant funded by Health Resources and Service Administrations (HRSA).
TERMS OF REQUEST: The request is to enter into a contract with GE to pay for the costs of the PACS equipment funded through this grant.
HAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE? Not required due to "NO Fiscal Impact"
ATIACHMENTS
BID TABULATIONS: No
CONTRACT COMPLIANCE MEMO: No APPR VEO i JUL 2 9 2010
CCHHSCOO, ~"/ J!!'2 BY BOARD OFAnthony Tedeschi, ChiefOiiilJ OffICer - CCHHS
DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSlEM
CCHHSC~Bk/ Michael Ayres, Chiif Fina i r : CCHHS
Request # 23
• Ambulatory & Community Healtb Network' Cermak Health Services' Department Qf Public H.ealth • • John H. Strog..,r, Jr. Hospital ofCook COllnty. Oak .«'orest Hospital' Prl)vtdent flospitftl • Rllth M. Rothstelll CORE
Center'
Page 37 of 132
BOARD APPROVAL REQUEST
TYPE OF REQUEST: Enter into _1l_n~Execute Contract
._-_.....
SELECTION OF METHODOLOGY: BID 1SOLE SOURCEI RFPI PURCHASING CONSORTIA! COMPARABLE GOVERNMENT BID: Sole Source ACCOUNT # 897-360 I FISCAL IMPACT:si80,OOO.00 I GRANT FUNDED AMOUNT: None
CONTRACT PERIOD: 1lI011l009-10/3112011 REO#/CONTRACT# H09-72-048 REQUESTING DEPT/AFFILIATE: SPONSOR: Dr. Keen, MD Division of Ophthalmology/JHS Chairman of Surgery - JHS • ~
JohllDv C. Brown, COO - JHSI !
IS THIS REQUEST 11IE LOWEST IS TIDS CONTRACT .BIDDEWSUPPLlER? No SOLE SOURCE? Yes -
JUSTIFICATION: IIl1nob Eye Bank ji the sole supplier ofdollOr eye tissue (carnea and sclera) for tllis region. The eye tissue is used for corneal transplantation, glaucoma surgery and the repair of traumatic eye injuries. The contract delay is attributed to the vendor being responsive In a timely manner.
TERMS OF REQUEST: This request is to enter into and execute contract H09-72-048 for a period 0{24 months from 11/0112009 thru 101311l01I In the amount (If $180,000.00.
MonthsAmountBoai'dRequest Contract No. Start Date I End Date Approval
.-------"
ATTACHMENTS
__HCCHHSCOO: _'~"' BY BOAA!) OF DIRECTORS OF THE COOK COUNTYAnthony Tedeschi, ChiefOperating Officer HEALTH AND HOSPITALS SYSTEM
CCHHS CF&::::6 ~1. L Michael Ayres, Cbic Finan al fi r •
, Request # 24
• l\mbulatQry & Community Health Network' Cel'mak Healtll Servkes ~ Department of Public Health' • ,rohn It Stroger, Jr. Hospital ofC"ok County + Oak ForHt Hospital' Provident Hospitnl • Ruth III. Rothstein CORE
Center'
I
JOS!!,!; "'klfr 100RfNQ 1!IJ Dist ilMfJTIiV-O.8()WEIIlEf\ 1Wt VIi!. TEL (JJ2) 603-5502 !!lWI~ REYES il:> 01". A~.mceNr J. PEAAIC,I; 161ll flJst.
.II1ANpAl1lll:""lIIlPHY fl:niJIsL SREOO GI!$LlR 141 pm.
FAX (312) 603-4547 UIZABEnfMWOOOD'fGOllUA/# 1i'1h Jf~t.
.' March 18, 2010
Ms. Lesl.ie Duffy'. Senior Director . .
Supply Chain Management 1900 West Polk Street, Suite 220 Chicago, IL 60612' .
Re: Contract No. H09-72"'048
. Dear Ms. Duffy: .
The following bid -for the above referenced contract has been reviewed . for compliance with the General, Conditions regarding the Minority and . Women Owned BusIness Enterprises Ordinance and has been found to . be responsive to the Ord!nance:' . .
• , Illinois Eye Bank. . "" ' "
Thebffrce'of Contract Compliance has been advised that no other bic;::fders are beIng recommended for award. '
$incereiYI
Page 39 of 132
.
TYPE OF REQUEST: Enter Into i
I VENDOR/SUPPLIER: , and Execute A. Pomerantz & Co! Chicago, lL· : SELECTION OF METHODOLOGY: BID / SOLE SOURCE! RFP/ PURCHASING CONSORTlAI COMPARABLE GOVERNMENT BID: GPO . ACCOUNT # I FISCAL IMPACT: $179,665.61 GRANT FUNDED AMOUNT: 0 890-510 CONTRACT PERIOD: REQ#/CONTRACT# August I, 2010· Jul;)' 31, 20ll REQ92942 i REQUESTING DEPT/AFFILIATE: SPONSOR: Jim DeLisa, CCHHS Director of Plant
i Administration Operations IS mls REQUEST THE LOWEST IS THIS CONTRACT BIDDER/SUPPLIER? N/A SOLE SOURCE? yeS i,
JUSTIFICATION: This contract will provide furnisbings for cubicles and office space for a build out Droject tbat will ~ include space for the Department of Risk Management, tbe Department of Compliance, Un! Department of Qaality, the Department of Audit, the Department of Nursing Education, and the Dcpartment of Quality. Dis A, Pomerantz & Co is a qualified vendor under the Novation agreement ;
Tbe Build Out Project Is !!!lderwa! to convert existing sl!aces within the CCHHS Adminlstratign BulldinK 10 gffice sl!ace and a lar£e cgnfSDlnce room. and includes renovating the Cerner Room, First FIIIII[ LIIlIllgll, 1I11!! 5scond Fillor L211Dge. Tb!,lse Ireas will bouse several corl!orate [unctions allowinJ:; us to KrOUI! staff togeth!r in comm!!!! sl!ace iml!rovi!!K efficien!:i!l!, The !:;erner Room and First Floor bounge will be converted into office sl!ace tbat will £Oll&aln In gdditional four OmCjl! and sil! cubical sl!aces to house the Coml!Uance and Risk Del!artments, resl!!,lctjvelI, with In !:llllect!:!! move· in dill! gf August 31, 2010. The Second Floor Lounge will be divided into two new sl!ac!l!::=a 2,500-sguare-foot office sl!ace that will contaIn 17 10·foot cubicles and four offices. to accgmm!!Slate tbe Nursing Education, Ql!alitI, and Audit Del!artments as wGII as a 2,500·sguare-foot dividable conference sl!ace, with In eXl!ccted move-in date of October 1,1010. The table below details the costs associated with this I!r!1iect.
, '. .., ','", . ,:,,', ,.. ..i ".'h:';';~:~;j;'~")';~,B: Clilt ofRerioVati<lii'8'~;Ftn1Ftiiilito~~~lirri~'Rnll~;.~lJ:S~cfu~ F1'iiii~'" ,. Service ..
"'" " LVendor . "i:,',;" ", I Cost ;',<+ . F·' Engineering WMA Engineering $9,600,00 HVAC Anchor Mechanical $65,400.00 Carpet Gabc's InSlallation $24,968,00 Furniture A. Pomerantz $179,665.61
TOTAL $279,633.61
TERMS OF REQUEST: The request i.~ to enter into a contract with A. ~ "'Ithe amount of :Jl179,665.61. ,
HAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE? pending
~ JUL 2 9 2010 i
WHAT PERCENTAGE OF THIS CONTRACT IS MBEIWBE? ,
t:1~rJA"'" OFATTACHMENTS lutieAL11u~" ;":t!~.~~~K22.~:ry LTH AND nu",.."I\LS "T" 'I:M
BID TABULATIONS; no . " Rc'qucst#
CONTRACT COMPLIANCE MEMO: pendin~ •
, . ,25
• Ambulatory & Community Health Network· Cermak Health Services· Department of Public Health· • John H. Stroger. Jr. Hospital of Cook County· Oak Forest Hospital' Provident Hospital • Ruth M. Rothstein CORE
Center'
Page 40 of 132
CCHHSCOO: An~OnYTede8;Ch~Cl~i~ef~O~p~e~r~=r.~~~~~~~~~-----
CCHHSCF~ - i7.Al5:'.~U./ MiCllaelAY~c:r
• Ambulatory & Community Heal~ Network' Cermak Health Services' Department ofPublk: Health' • John H. Stroger, Jr. Hospital of Cook County' Oak Fo ..... t Hospital' Provident Hospital • Ruth M. Rothstein CORE
Center· . I, f We Bring Health CARE to Your Community I
I
f BOARD APPROVAL REQUEST
Yes
JUSTIFrCA TION: s..elllt BDd een1eaJ t_r in .alas.red women over tile age or40 .. been dedu....t If Publle BeaItb Issue. TIle Federal Government bllS pmvkl«l fll_lng ror tile dlagIIDsis aDd lreatnieot of brelllt ItlId eerriallCllllcel' tllrough stlIte grants. The Illinois Department ofPublie HeaItIt h8.11 developed It Betworf( oraaedicaJ pmvidm 1I'UIiIIg to provide sen<ke to these ,atleal, tit nta .abllslaed by the Mllols Department of PIlIll\! Healtli. Iaplls Memorial Hospiul is an .pproved network provider fw tile Breast & Cervical Caacel' Pre¥eulioQ Program.
TERMS OF REQUEST: The cost of this rontraet h88 heeD provided for 1I'JtbIo die etlJTem opemting budget ror.he County DeJlllJ'lBent ofPublie Healtb, BlUSt & C~I Cllucer PreYelltioD prognm.
HAS THIS BEEN REVIEWED BY CONTRACT COMPLIANCE? Ya
ATIACHMENJ'S
APPROVED LIUL 2 9 2010
BY BOARD OF :OIRECTORS OF THE COOK COUNTY ~ rlEALTH AND HOSPITALS SYSTEM
Request # 26
• Ambpl,tory "CommuDlty HeaItII Network' Cermak Health Services' Department orpublic Healt.· • Jolin H. strngl't, Jr. HOI/pltal .fCook Connty • alit Forest Hospital- ProYidont Hospital • Rutll M. Retll8teln CORE
Ctoter'
Page 42 of 132
.' Contract Complfance Administrator BHP/hrt;j .
From: !.l610B/2000 til: 13 1677 UD4/004 THE BOARD'Of COMMISSIONERS. COOKcotJm
roDD l:I. ST.ROGmI OFPlCBOF CON'l'RAcrCOMPLIAN'CE PRESIDENT
BErTYHANCOCK i'lmn."'ttJR..UJ>t '".... l'EIl'llU~ III!I>/st. DI.Rl!iCl:OI!-""'" ....... ..ItIISITGAAIIJ! l!IIIlIIa -'MY IUJlEA Jqf lilt .»HI'f I. SAUl' ' " UifI!llst. 1II!1JAiI¥. _ <I,1lC. _ ....Y!'OO<. "., C*I.
118NonhOrirkSlltCl. ROO!!) 1(l2i) ~3lI!t IM_ tMRT~ tlil_ Ji)ItIIl'f.1'KfI.lWfIFJ1Y •••,. 4I!{;e GllSI.JI 1~ Ubt. OloIcogo. UrmoJ. 6!XiOZ-~3l14 JOlVIrw,w_o 1O>lIlII. _Il."",,,",,,,, 1iIll ..... TIlL m2) 6Q3.~02 fftWiNsau ttIIllst ~Ir{ J. ~ ,.~ FAX (311,) 003-4547
f1IZIIiSEJHldI'f ror.vr~ 1111\ 011'­
.May 5, 2010
Ms. le,srie Duffy 'SenIor DJrel1tor Supply Chain Management 1900 West Polk Street, Suite 220 Chi~go, IL 60612
Re! Contract No.. dnV....,HUl"ZS..JJozi
Dear Ms; Duffy: .
The fOllowing bId for the above rdetenced contract hatS been reviewed for compliance with tfie General Conditions regardin~ theM1norlty an<l· " Women Owned BusineSs Enterprises Ordinance and has been ·found to be·responsive to the Ordinance:" . . . . .
'. .IngaIrs Memorial Hospital .
~ '
. . '
HOARD APPROVAL REQUEST
.
PRODU{;TfSE~VICE: Profesllionlll Services,. I lYPF: 01" REQUEST: I<:nter Into and . VENDOR/SUPPLffiR: Kacen Maylont,
r f:lIecute tfl!!tt'aet I ,< ______ Ch kaglf< IL I I SELECTION O.l" METUOUOI.O(iY: BID / SOLE SOllRnJ RFPI PURCHASING CONSORTlAi COMPA RABLE J I GOVERNMENT BID: Sole Soorce rCCOl:NT # 890·538 ...__.! «'£SCAL IMPACT: $18~~OO - IGRANT FUNDED 'AMOUNT: None ! rCONTRACT P'-RIO!): 811110 throug~ 11130/10 ru:Q#/CON;i7RAC~iHio.15.008] .._1
REQl.lF.5TING OEPT/AFFIUA TE: AdmIDiSiriirOl-j-- -SPONSOR: Anthony Tedeschi, COO~s
. IS THIS RI~QL"EST 111E LO~7-----····- IS THIS CO!'.TRACT ~•..< .{JJ..L-_.._-­•
i JJlDDE.WSUPP!,.IER? nll.I_______ SOLE SOURCf:'!. Yes !
JUSTIFICA'flON: This request is to enter into and execut.e a professiooalliervlt.'es contract with Karen Maylone as tl.ere is need for continued adminlstrlltlve as.~lstanee in the otlice of the Chief Operating Officer and Chief Clinical Oftkcr, Maylooe bas served in an adminlstrathl! role for the past. three (3) months and Is very familiar with eeHHS poIJcies and procedures. Her dutles Include tbe following: scheduling, processing invokes, tt'Coros management, eVllllt organization. project manage-ment, and generBl reception.
'I'}:RMS OJ;' REQU.I<:S'C: This request is IDl!ntcr Into and l.'Ktcute tbls cOIItroct for a period of 4 ml)ntbs from 8/112010 through 11/3OlZ010 intbe amount of $18,368.00.
HAS THIS BEEN REVIEWED BY CONTRAt-'T COMPLIANCE'! Yes
APPROVED f JUL 2 9 2010
BY BOARD OF DIRECTORS OF THE COOK COUNTY HEAt.TH AND HOSPITALS SYSTEM
Request # 27
• Ambulatory & Community Health Network • Cfrmak ifealtb Serviet'S· Department of Public Health • °Soon IL Strfll!*.'r, Jr. HafipUalof Cook (;ollnty· Oak Fore~UI(lSpihd' Pro'l'ident Ii()!!piml • Ruth M. Rothslrin COR.£<:
CcCutl'r'
Page 44 of 132
Board Approval Request DATE: 811412010 PRODUCT/SERVICE: Vascular Grafts
TYPE OF REQUEST: Renew Contract Vendor Name: WLGore Vendor Citv , StlIte: Chartotte NC,28275
SELECTION GPb METHODOLOGY Account# Location: Fiscal Impact Grant Funded Amount:
John Stroger HospilaJ 897-362 FY2010 4 Months 100,000.00 -
FY2011 12 Monlhs 200,000.00
Contract Period: Requisitionll'/Contract': 09.41-151 08101110 thru .()7131:111
Requesting Dept" Affiliates Sponsors Name: Johnny Brown )d~ 5Donsor TItle: COO John Stroltit Ho!l
Surgery- John H. Stroger Jr. Hospital Sponsors Name: Richard Keen ~~ )-flr.,
SoonsorTit!e: Chairman 01 SUgef,i .
Is this request the lowest Bidder Is this conlntot a Sole Supplier? NO Source? Yes
Justification: To renewc<intrllct II 0941·151 for the purchase of polyester Intervascular Grafts, Hemia pall:hea and accessories for use by the Cardio1horaclc and Vascular surgeons durtng vascular, ~pen heart and trual'llll cases. The grafta are required to repair blood vessels. WL Gore Is the sole manufacturer and dIstributor of the polyester pall:es and intervascular grafts. W.L.Gore Is also pari
of the Novation contract.
Tenm of Request: trhis is II request lor 1 year from 8/1/10 Ihru 731111.
I
i
CCHHSCOO, ;f: ~ r
CCHHSCFO: ~~."./ BY BOARD OF
DIRECTORS OF THE COOK COU~:.ry HEAlTH AND HOSPITALS SYSTEM
Michael Ayres, Chief Financial Officer
Request # 28
I I
Ambulatory community Health Network. Cermak Health SeNice.Department of Pubic Health. John H. StrogerJr. Hospital of Cook COUnty. oak Forest Hospital. Provident Hospital.Rutl1 M. Rothsllen Core
Page 45 of 132
BEtTy HA.NCOCKPI<RRY Olll:llI;'TOR
TEi\.llll) M~.~'1)2 . FAX (l f:l) iIQ;I..·U~i
'JODl) 11. STJioGER
June 15, 2010
Ms.. LeSlie Duffy Sel110r Director . Supply Chain Management 1969 W. Ogden, Suite 5360 Chicago, Il 6Q612' .
Re: Contract No. 09-41-151 (Renew; Inc~ase &; Execute $300,000.00)
. Dear Ms. Duffy:
The following bid for the abOve referenced cont~ct has been reviewed' for compliance With the General Conditions regarding the Minority and Women Owned Business Enterprises Ordinance and nas been found to be responsive to the Ordinance:'
• W.L. Gore & Associates, Inc.. . .
The OffIce of Contract Compliance has been advised that no other bidders are being recommended for award. .
Slncerely~
Page 46 of 132
Board ADDroval ReQuest DATE: 6114120.10. PRODUCTISERYICE: Allograft. !!llQ!ar1Is, Demineralized Bonechlps
TYPE OF REQUEST: Renew Contract Vendor Name: A1losouree Vendor City I Stele: Ennlewood CO 80.150.
SELECTION SOLE SOURCE METHODOLOGY Account# Location: Fiscal impact Grant Funded Amount:
John Stroger Hosp~al .897.362 FY2o.lo. 4 Months 50.,0.0.0..00 FY 20.11 8 Months 100,0.00..00
Total $ 150,000..00 Total $ -
IRequesting Depl " Affiliates Sponsors Name: Johnny 6row!lJ~, Sponsor TItle; COO John Strog9r sDitsl
Surgery- John H. Stroger Jr. Hospital Sponsors Name: RlcharoKeen J"I..,...;./~ ')---go ISponsor Title: Chairman of Sugerv
s this request the lowest Bidder Is this contract a Sole No. SOurce? Yes
Justificalion: To renew the contract to purchase allograft bone tissue and skin. for use by Orthopedic, Otolaryngology and Neuro surgeons
.. during orthopedic cases. The Allograft skin and or bone chips reduce the incidence of harvesting from patients. Allosoure hall been the sale supplier of Allograft to John Stroger Hospital. A 29 day extension will be provided for current contract. ,.
)Term of Request: This request is to rane",! conlractfO( Ii period 7/30/10. through 7129111.
Has this been reviewed by Contract Compliance? Yes.
, Attachments: Bid tabulations: No Contract Compllsnce Memo; Yes APPROVED
n r-:2 '7lf -::7 -7'~. JUL 29 Z010CCHHS:COO:
Anthony Tedeschi • Chief Operating Office,,- ­ BY 80ARD OF
DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSTEM £1Lm:J~CCHHSCFO:
Michael Ayres· Chief Financial Offic:er I
Request #~. 29
Ambulatory community Healtl1 Network. Garmak HaaHh Service.Department 01 Public Health. John H. Stroger Jr. Hosp~al of Cook County. Oak ForesfHosplla1. Provident HospllaLRuth M. Rothstian Core
I
rll/! Il!If. MIOO&lWlfA 1OiiI1)III.
II ~ N()f!~ OMI; StrMI.. R(>O!n ltllO ""'..... unnY _Ollf IS"O!IL Chi~"'.I1"nm.. (iO(;[l2'I)O.II.. v~. ~A"O!lQSU" ''''0.. 7JII DIl< 1II.Irin\v ~, $;:HiI""'" 1$111 Obi, TEL ()'2) tIOO·5501 mhlliol, _N'/J,l'!~' . IIIft"ll, FAX ()I:2) ~OO-4~1I.IRAIm< /JiII!KlIIOI' _ 'TlilIlIl!.
June 15, .2010
Ms. Leslie Duffy Senior DIrector Supply Chain Management 1969 W.Ogden, Suite 5360 Chicago, IL 60612
Re: Contract No. 09-45-179 (Renew, rncrease& Execute $lS0,OOO.0Cl) ..
Dear Ms. Duffy:
The fo"owlng bid for the above referenced Contract has been reviewed for compliance with the General Conditions regarding the Mlnol1ty an~ Women Owned Business enterprises Ordinance ond has been found to be resp~'mslve to the Ordinance:
• Allosource
The Office of Contract Compliance has been advised that no other bidders ,are being recommended for award.
Sincerely,
Page 48 of 132
JUSl'IFJ<:ATlON: G."- Medical Systems ill the sole SOUffle vendor of the Centricity Perinatal Clinical III formation System {formerly QS Periutal). The Centricity Perlnllia. Clinicalillformation System supports emdent documentation of mo/hen and infants through the perinatlll contlnUllR1 from prenatal management to intraJlartum fetal mOJlitoring surveillance 1hrough postpartum, nursfry and NIClJ, discharge documentliltion lind patient education. Centricity perillatal automates documentatiollofthe fnll ~flectnlm of perinatal Clirt!. Clinicians enter lind acass patiellt datil qllickly and easily right at the point of care. The result is a single, continuous file of tbe entire patient record to facilltllte 011 easily review and dOl!lImenl cart'.
TERMS OF REQUEST: This ~ontrllct ill for II period of24monlhs from 1/112010 tbru 12/31/2012 in the 3mount 01 $527,817.00.1'11i8 contrad was approved by theCCIlHS Board on8/1112009 to ".Enter IlIto" only. fhe delay was Mtrlbuted to the previous policy with Ibe Board, in that the procedure required to first "Enier Into" and to follow-up at the IIpcomlng Board meeting to "Execute" the contract. The transaction was dell.yed due to vendor not providing the Office of Contrad <-'omplhmce witlilhe required paperwork for complillnce.
HAS THIS BEEN REVmWED BY CONTRACT COMPLIANCE'! Y",s
ATlA(;HMENTS
CCHIIS C~-·. .~ ~!ilf'/!k.c __...._.___L MiehaeIA~nc~
APPROVED t JUL 2 9 2010
BVeoARDOF DIRECTORS OF THE COOK COUNTY HEALTH AND HOSPITALS SYSTEM
Request # 30
• Amlmllllnrv & COlnnlullit\' llelilih N ...tVtGtk· Cermllk Health $crviecs' fJcpartlllcnt of Public H~jjlth • • ,lohllil. Slr"lt~r. ,Ir. n'''I,iuII of Cool; County· Olik Fore.IBo'pital- I'nwidenl HO'l'it~l • Ituth '\1. RO)th~1:cln CORE
(;enlw'
Page 49 of 132
BOARD APPROVAL REQUEST
6IlSIZOlO Services Car,
JUSTlFICATION: This contract provides patient Jransportatioo services from ht'lme to Stroger Hospital Campus, Oak Forest Hospital, Provident Hospital, Core Center and Ambulatory Network CJinjc patients.
TERMS OF REQUEST: Bid Open for this Contract was on 4120110 and advertised 3I291Z010 with only 000 (1) bidder. The contract was Rebid on 511112010 and advertised 412&2010. This is a three (3) year contract from periOd 8I11Z010 through 713112013 in the amount of $3,789,Ol3.00.
ATTACHMENTS BlDTABULATIONS: Yes
AnthOily Tedeschi, ChiefOperati· mcer
I I
• Ambulatory & Community Health Network' CerI!lak Health Services' DepaJ:"\lJrent of PubHc Health • • John H. Stroger, Jr. Hospital of Cook County· Oak Forest Hospital. Provident HO$pital • Ruth M. RotbsteIn CORE
Center •
Page 50 of 132
mtTn 8AN<:OCK PERKY DIR'fiC'T04!
1111 Nn.,h O.,.k &_. Roam 1020 Chicago. lIlinoill6fl602.l304
TEt. (;\12) 6il~!II)l PAX{lI2J t;(l!I-4~'1
lune 8,2010
Ms. leslie Duffy Senior Director Supply Chain Management 1969 W. Ogden, Suite 5360 Chicago,Il60612
Re: Contract No. Hl0-7;Z-043 Rebid
Dear Ms. Duffy:
The rollowlng bid for the above referenced contraet has been reviewed for compliance with the General Conditions regardIng the Mlnorfty and Women Owned Business i;nterprises OrdInance Bnd has been foufld to be responsive to the Ordinance:
Bidder: SCR Medical Transportation, Inc. Bid Amount: $3,789,013.00 I
1 I
M\WBE StatW' DoUar Amount !:& SCR Medical Transportation, Inc. MBE-6 $3,465,~3.00 SH.4% SOuthwest Spring, Inc. WBE-7 $ 113,670.00{I) 3% Logsdon OffIce Supply WBE-7 $ lS0,OOO.OO(I) 40/0 Dee lanltorlal Supply, Inc. WBE-7 $ 60,000.00(1) 1.6%
Waiver Granted: Good Faith Efforts Documented Include: bidder contacted assist
agencies; identified and directly solicited MfWBE vendors; engaged vendol"$ for indIrect partlcipatlon; ran advertisements.
The Office of Contract Compliance hes been advised that no other bidders are being recommended for awerd.
Sincerely,
Page 51 of 132
COOK COlJNlY HEALTH & HOSPITALS SYSTEM
TABULATION OF BIDS CENTRALIZED HOSPITAL PURCHASING COOK COUNTY
Contract No.:HIO-72-043 Requisition No.:08932514, 08980099, B.O. Date: 5/11/2010
08940343.08910089 BIDDER: SCRMEDICAL
-
BOARD APPROVAL REQUEST
JUSTIFICATION: This contract provides parking services tor patients and hospital staff. The veodor.lnter Park, Inc. was evaluated and recommended as !he nnrt qualified bidder meeting speclt'lcations. The ftrst low bidder, Sun Rosiness Solutions did not moot specifications in that they did not provide the references required in Item SC-07 as caned for in the spectfications. An ewtuation could not be conducted ro determine their qualifications. Higher cost resulted from competitive bid.
TERMS OF REQUEST: This request is to award and execute Contract 1# H09-72-036 Rebid for 36 months period from 8/1/2010 through 713112013 in the amount $1,914,115.00. The contract original bid opening date 112812010 was advertised on tn/2011). The Rebid date was 21231'2010 and advertised 1/2.5/2010.
HAS TIlIS BEEN REVIEWED BY CONTRACT COMPLIANCE? Yes
ATTACHME.~S APPROVED BlDTABULATIONS: Yes
JUL 292010
CCHHSCFO} ..... ~~./ MicbaelAyr~~~~ Request #
32
• Ambulatory & Community Health Network' Cermak Health Services • Department of Public Health • _Jolm H. Stroger, Jr. Hospital of Cook County - Oak Forest Hospital- Prorident Hospital • Ruth M. Rothsteiu CORE
Center-
i
MBfl11 mae 2nd DlsI. MIOOfI' ~INER 10m [ilrt. D1RF.cTOR JalRY B!lITE' . 3rd ;).I;t, "Jr:tIN P. DA!.FV 111/1 Did. WI.:.t.IANi it SEAVERS 4th 1Nst, rORilESl tV.¥'f'OOL 121:i DIlL' 118 North CI.rk Street, Room 1020.OEOOIlAHSIMS .!ill! D#;, l.AiUWSlm'lEDlN f3t1t msI. 'ChiCllg<l, Illinois 6ll6ll2-1304 JOAPf PATIHClA IJUUMiY &11, Iiin. G!JEOO GfJ$lIli f4t~ DI~f.
';OSEfH MAAIO MOFIENO i1h Oist nMOttl'( 0. SCHHE10l:fI 15m Din. TEL (312)603.5502 EDWlWllfV>S BIl! ~. AI'ITHtlrrf J. eE'WCA 16m DJst. PAX (312J 603-4547
8JbUIETW ANII bOO!W GOAIMH ll1b Dili.
June 17, 2010
Ms. Leslie Duffy Senior Director Supply Chain Management 1969 yv. Ogden, Suite 5360 Clllcago, IL 60612
Re: Coutract No. H09-72-036 Rebid . .
Dear Ms. DuffY:
.. The following bid for th~ above referenced coiltra~t has been revie~ed forcompIlance with the General Conditions regarding the Minority aild Woman Business Enterprises Ordinance and has been found to be responsive to the Ordinance. - . .
Bidder: 'lntetPark Bid Amount: $1,914,115.00
MJWBE Status Dollar Amount % United Building Mainte.nance, Inc. MBJ1..6 $231,498.00 12.10% Desman, Inc. MBJ1..8 $ 21,000.00 1.10% Moises Landscaping MBE-9' $ 7,200.00 .38% Professional Elevator Services; Inc. MBJ1..6 $ 33,689.52 1.76% Osher &'Associates, CPA'S WBJ1..7 $ 52,500.oa 2.74% Cariino Electric,Company WBE-7 $ 22,250.00 1.16%
-) I I
Waiver Granted: . . . . ~ ,B . Good. Faith Efforts Documente<I include: identified and directly solicited MlWBE ~. g; _" fi
vendors; ~ngaged ,vendors for illdirect participation. . '" . . . ~ 0.::~ ~;~ :."t':;""" r\1 I. N ~~~
Th~_Offl~~_QfC~J!1J:[a£tCom..R1iapc~Jl.a.t!b..e~!!~v~'lci by the If:queStlng 4.ep~en~_t!l~ -~2U no other bidders <Ire being rec-ommended for award. ~. -'!i .. ~)
- ~- -" _. "c ~. -', •. . .,
Sincerely, _
'-R -rL. t~~Y.\~J. ~~~\\1' B~ock Perry .\J Contract ComplIance Director
BHPfhrtj
TAlJUIJATION OF BIDS CENTRALIZED HOSPITM4 fURCHASlNG COOK COUNTY ..;
Contract No.:H09-72-036 Requisition No. :9891 0 193 RO. D{.te: 2123120] 0
, BIDDER: SLJN BUSrNE88
BOARD APPROVAL REQUEST
JUSTIFICATION: Open Faith Medical Lab, Inc. is the lowest qualified bidder meeting specifications and was found to be responsive to the Minority and Women Owned Business Enterprises Ordinance as determined by Contract Compliance. There was only one bidder responding to the original bid opening date. The prior cootract# 06-72-282 was advertised to bid in June 2006 for a 36 month period ending on 10/3112009 in the amount of$267,709.00,
TERMS OF REQUEST: This request is fc:ir Dental Laboratory Services. We are requesting to award contract in the amount of$278,789.(J() [0( II period of 36 months from 8/112010 through 7/3112013. The original bid open date was 112812010 advertised on InmnO. This was Re-bid on 3123/2010 advertised on 311/2010 with only one bidder.
Request ContractNI). Amount Start Date End Date Montbli
Award & Execute
HAS mJS BEEN REVIEWED BY CONTRACT COMPLI&~CE? Yes
ATTACHMENTS
~=~I.ikL
APPROVED JUl 292010
BY BOARD OF DIRECTORS OF THE COOK COU HEALTH AND HOSPITALS SYSTEM
Request # 33
• Ambulatory & Community Health Network· Cermak Health Services • Department or Public Health • • Jolm H. Slruger, Jr. Hospital of Cook: County - Oak Forest Hospilal. Provident H08pIB' • Ruth M. Rothstein CORE
Center-
Page 56 of 132
PJlESlOENT BF:Tl'Y HANCOCK PERllY \
I!IMtWI !lDiIJfIlI '" cot. F£1I!! ~. Sll.vm'III 1!1> l!III­ . J)lIlECTORAtllCilr 1Im1. 21>< llI.t i.IOIl.re.,..., ''''' 0 ... J51t1lY IUI1.ER 3m Ilkl, Jt'tt\N P; DALtt 1ttlt· OrIJf. 1'III,1.lII"'~~L'lUl "'llI>t fliAlIF.BT Cl.\W06l ,:lib 01&1. n3 NnT1lI Clark Stn.'<!t~ ROQi\1 1020 -1IDq WftV $_''''*"" l11II. 13111 Dl<t. OlC>l&o. lIIinrns 00602-1304 .,lOA" PAtR!CIA trunPHY ... _ "'11110 ""n!NO ""tIl<t. G1!!Ol)fIlM ''''Ilf>l. n:c OI2} 603-S0il21101 OIJI, m.14n« n. WlO!lllIII ''''' ~..._IIEYIB 81l\ /lieJ. ~ >1, PfJl"IIICA 1fm1 Dtsl. FAXPI2) 60.1-4~47
tI.JlAmtt IiJN tlIOOY ~ '111:~,
June 9, 2010
Ms. Leslie Duf!Y Senior Director SuPPly Chain Management 1969 W. Ogden, Suite 5360 Chic3io, IL 60612'
Re: Contract No. H09-72-003 ~ebid
Dear Ms. DuffY:
Tbf: fullO'king bid for the above ,referenced contract has been reYiewed for compliance wit)) the General Conditions regarding the Minority and Woman BllSiness Enterprises Ordinance and bas been futmd to be responsive to the Ordinance.
. Bidder: Open Faith Medical Lab, Iric. Bid Amount S27g,789.(JO
pgUa;t 1\mOUl1t %! $69,697.00(1)) 25%
Waiwr Granted: Good Faith Efforts Documented include: bidder contacted Contract
Compliance Depllrfltte1),t; identified a;oq directly sofjCi~ MlWBE vendors; engaged ­ vendQrs for ind.irix:t pMticipation.
The Office ofContract Co~ance ba:! been advised by tile requesting department that no other bidders are being recommended fOl: award_
~~ Director, Contract Compliance
. 'l'ABULATION OF BIDS CENTRALIZED HOSPIT~ )'URCHASING COOKCO~Tr '.. .
Contract No.:H09-72·003 REBID Requi.sitiQll No.:98970338 B:O. Date; 31Z31Z010
. . . ..

Recommended