Bid-Contract Service & Supply



COUNTY OF FRESNO | |

|Request for QUOTATION |

|490-4798TOXICOLOGY & CLINICAL |NUMBER: 490-4798 | |

|LABORATORY TESTINGMarch 30, | | |

|2010Patricia J. Flaherty | | |

|TOXICOLOGY & CLINICAL LABORATORY TESTING |

|February 22, 2010 |

|ORG/Requisition: 34300600/ 3431000297 |PURCHASING USE |R:\DWNPGITMS\490-4798 TOXICOLOGY LABORATORY TESTING.DOC |

| |saw | |

|IMPORTANT: SUBMIT QUOTATION IN SEALED PACKAGE WITH QUOTATION NUMBER, CLOSING DATE AND BUYER’S NAME MARKED CLEARLY ON THE OUTSIDE TO: |

|COUNTY OF FRESNO, Purchasing |

|4525 EAST HAMILTON AVENUE |

|FRESNO, CA 93702-4599 |

|Closing date of bid will be at 2:00 p.m., on March 30, 2010. |

|QUOTATIONS WILL BE CONSIDERED LATE WHEN THE OFFICIAL PURCHASING TIME CLOCK READS 2:00 P.M. |

|Quotations will be opened and publicly read at that time. All quotation information will be available for review after contract award. |

|Clarification of specifications is to be directed to: Patricia J. Flaherty, phone (559) 456-7110, e-mail CountyPurchasing@co.fresno.ca.us FAX (559) 456-7831. |

|GENERAL CONDITIONS: See “County Of Fresno Purchasing Standard Instructions And Conditions For Request For Proposals (RFP’S) and Requests for Quotations |

|(RFQ’S)” attached. Check County of Fresno Purchasing’s Open Solicitations website at for RFQ/RFP documents|

|and changes. |

|BIDDER TO COMPLETE |

|UNDERSIGNED AGREES TO FURNISH THE COMMODITY OR SERVICE STIPULATED IN THE ATTACHED QUOTATION SCHEDULE AT THE PRICES AND TERMS STATED, SUBJECT TO THE “COUNTY OF |

|FRESNO PURCHASING STANDARD INSTRUCTIONS AND CONDITIONS FOR REQUEST FOR QUOTATIONS (RFP’S) AND REQUESTS FOR QUOTATIONS (RFQ’S)”ATTACHED. |

|Except as noted on individual items, the following will apply to all items in the Quotation Schedule. |

|Complete delivery will be made within | |calendar days after receipt of Order. |

|A cash discount of | |% | |days will apply. |

| |

|Company |

| |

|Address |

| | | |

|City |State |Zip Code |

|( ) | |( ) | | |

|Telephone Number | |Facsimile Number | |E-mail Address |

| |

|Signed By |

| | |

|Print Name |Title |

COUNTY OF FRESNO PURCHASING

STANDARD INSTRUCTIONS AND CONDITIONS FOR

REQUESTS FOR PROPOSALS (RFP'S) AND REQUESTS FOR QUOTATIONS (RFQ'S)

Note: the reference to “bids” in the following paragraphs applies to RFP's and RFQ's

GENERAL CONDITIONS

By submitting a bid the bidder agrees to the following conditions. These conditions will apply to all subsequent purchases based on this bid.

1. BID PREPARATION:

A) All prices and notations must be typed or written in ink. No erasures permitted. Errors may be crossed out, initialed and corrections printed in ink by person signing bid.

B) Brand Names: Brand names and numbers when given are for reference. Equal items will be considered, provided the offer clearly describes the article and how it differs from that specified. In the absence of such information it shall be understood the offering is exactly as specified.

C) State brand or make of each item. If bidding on other than specified, state make, model and brand being bid and attach supporting literature/specifications to the bid.

D) Bid on each item separately. Prices should be stated in units specified herein. All applicable charges must be quoted; charges on invoice not quoted herein will be disallowed.

E) Time of delivery is a part of the consideration and must be stated in definite terms and must be adhered to. F.O.B. Point shall be destination or freight charges must be stated.

F) All bids must be dated and signed with the firm’s name and by an authorized officer or employee.

G) Unless otherwise noted, prices shall be firm for 180 days after closing date of bid.

2. SUBMITTING BIDS:

A) Each bid must be submitted on forms provided in a sealed envelope/package with bid number and closing date and time on the outside of the envelope/package.

B) Interpretation: Should any discrepancies or omissions be found in the bid specifications or doubt as to their meaning, the bidder shall notify the Buyer in writing at once. The County shall not be held responsible for verbal interpretations. Questions regarding the bid must be received by Purchasing at least 5 working days before bid opening. All addenda issued shall be in writing, duly issued by Purchasing and incorporated into the contract.

C) ISSUING AGENT/AUTHORIZED CONTACT: This RFQ/RFP has been issued by County of Fresno Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFQ/RFP, its content, and all issues concerning it.

All communication regarding this RFQ/RFP shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ/RFP. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ/RFP, its content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor’s quotation.

The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ/RFP, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board.

D) Bids received after the closing time will NOT be considered.

E) Bidders are to bid what is specified or requested first. If unable to or unwilling to, bidder may bid alternative or option, indicating all advantages, disadvantages and their associated cost.

F) Public Contract Code Section 7028.15

Where the State of California requires a Contractor’s license, it is a misdemeanor for any person to submit a bid unless specifically exempted.

3. FAILURE TO BID:

A) If not bidding, return bid sheet and state reason for no bid or your name may be removed from mailing list.

4. TAXES, CHARGES AND EXTRAS:

A) County of Fresno is subject to California sales and/or use tax (8.975%). Please indicate as a separate line item if applicable.

B) DO NOT include Federal Excise Tax. County is exempt under Registration No. 94-73-03401-K.

C) County is exempt from Federal Transportation Tax. Exemption certificate is not required where shipping papers show consignee as County of Fresno.

D) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid.

5. W-9 – REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION:

Upon award of bid, the vendor shall submit to County Purchasing, a completed W-9 - Request for Taxpayer Identification Number and Certification if not already a current vendor with The County of Fresno. This form is available from the IRS to complete on line at .

6. AWARDS:

A) Subject to the local preference provisions referenced in Paragraph 6 below and more thoroughly set forth in the General Requirements section of this RFQ/RFP, award(s) will be made to the most responsive responsible bidder. The evaluation will include such things as life-cycle cost, availability, delivery costs and whose product and/or service is deemed to be in the best interest of the County. The County shall be the sole judge in making such determination.

B) Unless bidder gives notice of all-or-none award in bid, County may accept any item, group of items or on the basis of total bid.

C) The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids.

D) After award, all bids shall be open to public inspection. The County assumes no responsibility for the confidentiality of information offered in a bid.

7. LOCAL VENDORS

A) Local Vendor Preference (applicable to RFQ Process only)

The following provisions are applicable only to the County’s acquisition of materials, equipment or supplies through the RFQ process when the funding source does not require an exemption to the Local Vendor Preference.

THE PROVISIONS OF THIS PARAGRAPH ARE APPLICABLE, NOTWITHSTANDING ANY OTHER PROVISIONS OF THIS RFQ TO THE CONTRARY

If the apparent low bidder is not a local vendor, any local vendor who submitted a bid which was within five percent (5%) of the lowest responsive bid as determined by the purchasing agent shall have the option of submitting a new bid within forty-eight hours (not including weekends and holidays) of County’s delivery of notification. Such new bids must be in an amount less than or equal to the lowest responsive bid as determined by the purchasing agent. If the purchasing agent receives any new bids from local vendors who have the option of submitting new bids within said forty-eight hour period, it shall award the contract to the local vendor submitting the lowest responsible bid. If no new bids are received, the contract shall be awarded to the original low bidder as announced by the purchasing agent.

B) Local Vendor Defined

“Local Vendor” shall mean any business which:

1. Has its headquarters, distribution point or locally-owned franchise located in or having a street address within the County for at least six (6) months immediately prior to the issuance of the request for competitive bids by the purchasing agent; and

2. Holds any required business license by a jurisdiction located in Fresno County; and

3. Employs at least one (1) full-time or two (2) part-time employees whose primary residence is located within Fresno County, or if the business has no employees, shall be at least fifty percent (50%) owned by one or more persons whose primary residence(s) is located within Fresno County.

8. TIE BIDS:

All other factors being equal, the contract shall be awarded to the Fresno County vendor or, if neither or both are Fresno County vendors, it may be awarded by the flip of a coin in the presence of witnesses or the entire bid may be rejected and re-bid. If the General Requirements of this RFQ state that they are applicable, the provisions of the Fresno County Local Vendor Preference shall take priority over this paragraph.

9. PATENT INDEMNITY:

The vendor shall hold the County, its officers, agents and employees, harmless from liability of any nature or kind, including costs and expenses, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in connection with this bid.

10. SAMPLES:

Samples, when required, must be furnished and delivered free and, if not destroyed by tests, will upon written request (within 30 days of bid closing date) be returned at the bidder's expense. In the absence of such notification, County shall have the right to dispose of the samples in whatever manner it deems appropriate.

11. RIGHTS AND REMEDIES OF COUNTY FOR DEFAULT:

A) In case of default by vendor, the County may procure the articles or service from another source and may recover the cost difference and related expenses occasioned thereby from any unpaid balance due the vendor or by proceeding against performance bond of the vendor, if any, or by suit against the vendor. The prices paid by the County shall be considered the prevailing market price at the time such purchase is made.

B) Articles or services, which upon delivery inspection do not meet specifications, will be rejected and the vendor will be considered in default. Vendor shall reimburse County for expenses related to delivery of non-specified goods or services.

C) Regardless of F.O.B. point, vendor agrees to bear all risks of loss, injury or destruction to goods and materials ordered herein which occur prior to delivery and such loss, injury or destruction shall not release vendor from any obligation hereunder.

12. DISCOUNTS:

Terms of less than 15 days for cash payment will be considered as net in evaluating this bid. A discount for payment within fifteen (15) days or more will be considered in determining the award of bid. Discount period will commence either the later of delivery or receipt of invoice by the County. Standard terms are Net Forty-five (45) days.

13. SPECIAL CONDITIONS IN BID SCHEDULE SUPERSEDE GENERAL CONDITIONS.

The “General Conditions” provisions of this RFP/RFQ shall be superseded if in conflict with any other section of this bid, to the extent of any such conflict.

14. SPECIAL REQUIREMENT:

With the invoice or within twenty-five (25) days of delivery, the seller must provide to the County a Material Safety Data Sheet for each product, which contains any substance on “The List of 800 Hazardous Substances”, published by the State Director of Industrial Relations. (See Hazardous Substances Information and Training Act. California State Labor Code Sections 6360 through 6399.7.)

15. RECYCLED PRODUCTS/MATERIALS:

Vendors are encouraged to provide and quote (with documentation) recycled or recyclable products/materials which meet stated specifications.

16. YEAR COMPLIANCE WARRANTY

Vendor warrants that any product furnished pursuant to this Agreement/order shall support a four-digit year format and be able to accurately process date and time data from, into and between the twentieth and twenty-first centuries, as well as leap year calculations. "Product" shall include, without limitation, any piece or component of equipment, hardware, firmware, middleware, custom or commercial software, or internal components or subroutines therein. This warranty shall survive termination or expiration of this Agreement.

In the event of any decrease in product functionality or accuracy related to time and/or date data related codes and/or internal subroutines that impede the product from operating correctly using dates beyond December 31, 1999, vendor shall restore or repair the product to the same level of functionality as warranted herein, so as to minimize interruption to County's ongoing business process, time being of the essence. In the event that such warranty compliance requires the acquisition of additional programs, the expense for any such associated or additional acquisitions, which may be required, including, without limitation, data conversion tools, shall be borne exclusively by vendor. Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under this Agreement with respect to defects other than year performance.

17. PARTICIPATION:

Bidder may agree to extend the terms of the resulting contract to other political subdivision, municipalities and tax-supported agencies.

Such participating Governmental bodies shall make purchases in their own name, make payment directly to bidder, and be liable directly to the bidder, holding the County of Fresno harmless.

18. CONFIDENTIALITY:

All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations.

Vendor shall submit to County’s monitoring of said compliance.

Vendor may be a business associate of County, as that term is defined in the “Privacy Rule” enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information (“PHI”) to perform functions, activities or services for or on behalf of County as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures if PHI may not be more expansive than those applicable to County, as the “Covered Entity” under HIPAA’S Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate.

Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County.

Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information.

19. APPEALS

Appeals must be submitted in writing within seven (7) working days after notification of proposed recommendations. Appeals should be submitted to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, California 93702-4599. Appeals should address only areas regarding RFP contradictions, procurement errors, quotation rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFP process.

Purchasing will provide a written response to the complainant within seven (7) working days unless the complainant is notified more time is required.

If the protesting bidder is not satisfied with the decision of Purchasing, he/she shall have the right to appeal to the Purchasing Agent/CAO within seven (7) business days after Purchasing’s notification; except if, notified to appeal directly to the Board of Supervisors at the scheduled date and time.

If the protesting bidder is not satisfied with Purchasing Agent/CAO’s decision, the final appeal is with the Board of Supervisors.

20. OBLIGATIONS OF CONTRACTOR:

A) CONTRACTOR shall perform as required by the ensuing contract. CONTRACTOR also warrants on behalf of itself and all subcontractors engaged for the performance of the ensuing contract that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder.

B) CONTRACTOR shall obey all Federal, State, local and special district laws, ordinances and regulations.

21. AUDITS & RETENTION:

The Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed.

22. DISCLOSURE – CRIMINAL HISTORY & CIVIL ACTIONS:

Applies to Request for Proposal (RFP); does not apply to Request for Quotation (RFQ) unless specifically stated elsewhere in the RFQ document.

In their proposal, the bidder is required to disclose if any of the following conditions apply to them, their owners, officers, corporate managers and partners (hereinafter collectively referred to as “Bidder”):

• Within the three-year period preceding the proposal, they have been convicted of, or had a civil judgment rendered against them for:

o fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction;

o violation of a federal or state antitrust statute;

o embezzlement, theft, forgery, bribery, falsification, or destruction of records; or

o false statements or receipt of stolen property

Within a three-year period preceding their proposal, they have had a public transaction (federal, state, or local) terminated for cause or default.

BIDDING INSTRUCTIONS

CONTRACT SERVICE AND SUPPLY

The County of Fresno is soliciting bids to provide a variety of clinical laboratory and toxicology tests for the different programs being administered by the Probation Department, and Departments of Social Services, Public Health, and Behavioral Health.

LOCAL VENDOR PREFERENCE: The Local Vendor Preference does not apply to this Request for Quotation.

AWARD: Award will be made to the vendor(s) offering the equipment and system deemed to be to the best advantage of the County. The County shall be the sole judge in making such determination. Award may require approval by the County of Fresno Board of Supervisors.

COPIES: Submit one (1) original and eight (8) copies of your quotation no later than the RFQ closing date and time as stated on the front of this document, to County of Fresno Purchasing.

ISSUING AGENT: This RFQ has been issued by County of Fresno, Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFQ, its content, and all issues concerning it.

AUTHORIZED CONTACT: All communication regarding this RFQ shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFQ is identified on the cover page, along with his or her telephone number, and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative, including elected officials, for the purpose of discussing this RFQ, it content, or any other issue concerning it, is prohibited unless authorized by Purchasing. Violation of this clause, by the vendor having unauthorized contact (verbally or in writing) with such other County representatives, may constitute grounds for rejection by Purchasing of the vendor’s quotation.

The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors, except as follows. First, in the event that a vendor initiates a formal protest against the RFQ, such vendor may contact the appropriate individual, or individuals who are managing that protest as outlined in the County’s established protest procedures. All such contact must be in accordance with the sequence set forth under the protest procedures. Second, in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract, any vendor may address the Board.

VENDOR CONFERENCE: On March 11, 2010 at 10:00 A.M., a vendor's conference will be held in which the scope of the project and quotation requirements will be explained. The meeting will be held at the office of County of Fresno Purchasing, 4525 E. Hamilton (between Cedar and Maple), Fresno, California. An addendum will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference.

Bidders are to contact Patricia Flaherty at County of Fresno Purchasing, (559) 456-7110, if they are planning to attend the conference.

INTERPRETATION OF RFQ: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFQ and fully inform themselves as to the quality and character of equipment and services required. If any person planning to submit a quotation finds discrepancies in or omissions from the RFQ or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing, not later than March 18, 2010 at 8:00 A.M.

Questions shall be delivered to County of Fresno Purchasing, 4525 E. Hamilton Avenue, Fresno, CA 93702, e-mailed to CountyPurchasing@co.fresno.ca.us or faxed to (559) 456-7831. If faxing the bidder must confirm receipt by phone within one-half (1/2) hour of transmission.

NOTE: Time constraints will prevent County from responding to questions submitted after the cutoff date.

Any change in the Request for Quotation will be made by written addendum issued by the County. The County will not be responsible for any other explanations or interpretations.

PAYMENT: County will make partial payments for all purchases made under this contract/purchase order and accumulated during the month.

RIGHT TO REJECT BIDS: The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids.

QUOTATION REJECTION: Failure to respond to all questions or not to supply the requested information could result in rejection of your quotation.

TERM: It is the County’s intent to contract with the successful bidder for a term of three years with the option to renew for up to two (2) additional one (1) year periods. County will retain the right to terminate the Agreement upon giving thirty (30) days advance written notification to the Contractor.

QUANTITIES: Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount. The County reserves the right to increase or decrease quantities.

SPECIFICATIONS AND EQUALS: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding.

No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder, in the designated places. If no exceptions or deviations are shown the bidder will be required to furnish items exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder.

LITERATURE: Bidders shall submit literature, which fully describes items on which they are bidding, not later than the closing date of this bid. Any and all literature submitted must be stamped with bidders name and address.

MERCHANDISE RETURNABLE FOR FULL CREDIT: Bidder agrees to accept for full credit any merchandise sold by him on contract or award resulting from this bid, if returned in good condition by the County.

GUARANTEE AGAINST DEFECTS: All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed.

ORDERING: Orders will be placed as required by the various County Departments.

ACQUISITIONS: The County reserves the right to obtain the whole system as proposed or only a portion of the system, or to make no acquisition at all.

INVOICING: All invoices are to be delivered to each department participating in the Agreement as instructed. Reference shall be made to the purchase order/contract number and equipment number if applicable on the invoice.

SAMPLES: On request, samples of the products on which you are bidding shall be made available to the County. County will designate where samples are to be delivered.

Successful bidder's samples may be retained for checking against delivery, in which case allowance will be made to vendor.

VENDOR ASSISTANCE: Successful bidder shall furnish, at no cost to the County, a representative to assist County departments in determining their product requirements.

TERMINATION: This agreement may be terminated by the County at any time upon written notice.

CONFIDENTIALITY:

All services performed by vendor shall be in strict conformance with all applicable Federal, State of California and/or local laws and regulations relating to confidentiality, including but not limited to, California Civil Code, California Welfare and Institutions Code, Health and Safety Code, California Code of Regulations, Code of Federal Regulations.

Vendor shall submit to County’s monitoring of said compliance.

Vendor may be a Business associate of County, as that term is defined in the “Privacy Rule” enacted by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). As a HIPAA Business Associate, vendor may use or disclose protected health information (“PHI”) to perform functions, activities or services for or on behalf of County, as specified by the County, provided that such use or disclosure shall not violate HIPAA and its implementing regulations. The uses and disclosures of PHI may not be more expansive than those applicable to County, as the “Covered Entity” under HIPAA’S Privacy Rule, except as authorized for management, administrative or legal responsibilities of the Business Associate.

Vendor shall not use or further disclose PHI other than as permitted or required by the County, or as required by law without written notice to the County.

Vendor shall ensure that any agent, including any subcontractor, to which vendor provides PHI received from, or created or received by the vendor on behalf of County, shall comply with the same restrictions and conditions with respect to such information.

HOLD HARMLESS CLAUSE: Contractor agrees to indemnify, save, hold harmless and at County's request, defend the County, its officers, agents and employees, from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to County in connection with the performance, or failure to perform, by Contractor, its officers, agents or employees under this Agreement and from any and all costs and expenses, damages, liabilities, claims and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents or employees under this Agreement.

ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work.

INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Bidder under this agreement, it is mutually understood and agreed that Bidder, including any and all of Bidder's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Bidder shall perform its work and function. However, County shall retain the right to administer this agreement so as to verify that Bidder is performing its obligations in accordance with the terms and conditions thereof. Bidder and County shall comply with all applicable provisions of law and the rules and regulations, if any, of Governmental authorities having jurisdiction over matters the subject thereof.

Because of its status as an independent contractor, Bidder waives any and all employment rights and benefits available to County employees. Bidder shall be solely liable and responsible for providing to, or on behalf of, its employees all legally required employee benefits. In addition, Bidder shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this agreement, Bidder may be providing services to others unrelated to the County or to this agreement.

PRICES: Bidder agrees that prices quoted are maximum for the contract period, and in the event of a price decline such lower prices shall be extended to the County of Fresno.

STANDARD OF PERFORMANCE: All work shall be performed in a good and workmanlike manner.

SAFEGUARDS: The contractor shall provide safeguards, in conformity with all local codes and ordinances as may be required.

INSURANCE:

Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement:

A. Commercial General Liability

Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. COUNTY may require specific coverages including completed operations, products liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of this contract.

B. Automobile Liability

Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement.

C. Professional Liability

If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.

D. Worker's Compensation

A policy of Worker's Compensation insurance as may be required by the California Labor Code.

Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County.

Within thirty (30) days from the date contractor executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Probation Business Manager Greg Reinke, P.O. Box 453, Fresno, CA 93709-0453, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County.

In the event contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event.

All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better.

|Name of Insurance Carrier: | |

|Public Liability: | |Expires: | |

|Workman's Compensation: | |Expires: | |

Proof of maintenance of adequate insurance will be required before award is made to vendor.

BIDDER TO COMPLETE THE FOLLOWING:

PARTICIPATION

The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno, Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.

Whenever possible, these and other tax supported agencies co-op (piggyback) on contracts put in place by one of the other agencies.

Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County.

| |Yes, we will extend contract terms and conditions to all qualified agencies within the Central Valley Purchasing Group and other tax |

| |supported agencies. |

| | |

| |No, we will not extend contract terms to any agency other than the County of Fresno. |

| |

|(Authorized Signature) |

| |

|Title |

|Firm: | |

REFERENCE LIST

Provide a list of at least five (5) customers for whom you have recently provided similar services. Be sure to include all requested information.

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

|Reference Name: | |Contact: | |

|Address: | |

|City: | |State: | |Zip: | |

|Phone No.: |( | |) | |Date: | |

|Service Provided: | |

| | |

| | |

| | |

Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.

OVERVIEW

The County of Fresno is seeking a contractor to run a variety of clinical laboratory and toxicology tests for the different programs being administered by the Probation Department, and Departments of Social Services, Behavioral Health and Public Health. The RFQ consists of the following three parts:

| |GROUP I | |

| |Probation Department |Toxicology tests |

| |GROUP II | |

| |Department of Social Services |Toxicology tests |

| |GROUP III | |

| | |Department of Behavioral Health |Clinical laboratory tests |

| | |Department of Public Health |Clinical laboratory tests |

Bidders may bid on all three Groups or they may choose to bid on only one or two Groups. The contract may be awarded jointly or separately depending on the bids received and the advantage to the County.

I. PROBATION DEPARTMENT

The County of Fresno is soliciting bids for laboratory services to provide toxicological screening for the Probation Department through urinalysis. The Probation Department requires that services be provided in metropolitan Fresno, rural Fresno County, and on a state-wide basis as needed. The successful bidder will be able to provide this level of service as well as have access to facilities to accommodate testing at times other than regular business hours (Saturdays and after 5pm weekdays). The bid for these services is open to any laboratory able to perform the services as stipulated in the Service Requirements.

II. DEPARTMENT OF SOCIAL SERVICES

The County of Fresno is soliciting bids for laboratory services to provide toxicological screening for the Department of Social Services, Employment Services Program, through urinalysis. The Department of Social Services requires that services be provided in metropolitan Fresno and rural Fresno County. The bid for these services is open to any laboratory able to perform the services as stipulated in the Service Requirements.

III. DEPARTMENTS OF BEHAVIORAL HEALTH AND PUBLIC HEALTH

The contractor will be responsible for providing all needed supplies for specimen collection, collecting and picking up from the various sites. Services include, but are not limited to, supplies for specimen collections, phlebotomy services, specimen pick up and delivery, laboratory testing, critical value reporting and timely response for STAT and routine laboratory orders. These services will be required for the operation of County of Fresno and metropolitan Fresno-Clovis sites as outlined in the SCOPE OF WORK SECTION.

KEY DATES

|RFQ Issue Date: |February 22, 2010 |

|Vendor Conference: |March 11, 2010 at 10:00 A.M. |

| |County of Fresno Purchasing |

| |4525 E. Hamilton Avenue, 2nd Floor |

| |Fresno, CA 93702 |

|Deadline for Written Requests for Interpretations or |March 18, 2010 at 8:00 A.M. |

|Corrections of RFQ: | |

| |Fax No. (559) 456-7831 |

| |E-Mail: CountyPurchasing@co.fresno.ca.us |

|RFQ Closing Date: |March 30, 2010 at 2:00 P.M. |

| |County of Fresno Purchasing |

| |4525 E. Hamilton Avenue, 2nd Floor |

| |Fresno, CA 93702 |

|Anticipated Board Contract Date: |May 25, 2010 |

| | |

| | |

| | |

The County of Fresno is soliciting bids for laboratory services to provide toxicological screening for the Probation Department through urinalysis. The Probation Department estimates approximately 80,000 tests will be conducted yearly, with approximately 8,000 being quantitative and/or qualitative analysis. The Probation Department requires that services be provided in metropolitan Fresno, rural Fresno County, and on a state-wide basis as needed. The successful bidder will be able to provide this level of service as well as have access to facilities to accommodate testing at times other than regular business hours (Saturdays and after 5pm weekdays). The bid for these services is open to any laboratory able to perform the services as stipulated in the Service Requirements.

service REQUIREments

1. The Probation Department requires that services be provided in metropolitan Fresno, rural Fresno County, and on a state-wide basis. Therefore, vendors shall state their ability to provide services in all three areas.

2. Vendor’s testing/urine collection sites in rural Fresno County should include the following areas: Coalinga, Kerman, and Sanger.

A list of available testing/urine collection sites and hours of operation within Fresno County shall be submitted with the vendor’s response to RFQ. Testing at rural sites is “unobserved.” Volume varies from location to location, with Sanger and Kerman currently averaging approximately 20 tests per week and Coalinga averaging approximately 25-30 tests per week. The vendor provides the testing/collection sites as well as the testing/collection service at the rural sites. The client purchases a requisition from the Probation Department and turns it in at the rural site when the urine sample is collected. The samples are then transported to the lab by the vendor. The lab does not have to be located in the rural area, just the testing/collection site.

3. Testing/Collection sites are needed on a statewide basis. Each client residing out of county should have a testing/collection site within a reasonable distance to which s/he may report for sample collection. Clients will be able to purchase their “Request for Toxicology Services” form directly from the Probation Department. They will bring this form to the testing/collection site. One copy of the form accompanies the sample being sent to the laboratory for analysis and the results are then sent directly to the Probation Department. A list of available testing/collection sites and hours of operation throughout the State of California shall be submitted. Testing at statewide sites is “unobserved.” Currently, approximately 75-80 tests are done “out of county” per month.

4. Contractor shall provide all labor, material, equipment, taxes, transportation, etc. to perform evidentiary toxicology laboratory testing as specified.

5. Contractor shall provide pick-up service. Probation staff collect the urine samples at the locations below and the vendor picks them up for testing as follows:

|FREQUENCY |DAYS |LOCATION |

|Twice Daily |M-F |Drug Suppression Unit |

| | |2212 N. Winery, Suite 122 |

| | |Fresno, CA |

|Once Daily |M-F |Violet Heintz Education Academy |

|(Afternoon) | |4939 E. Yale |

| | |Fresno, CA |

|Note: The above two locations in Central Fresno are right around the corner from one another. |

|Once Daily |M-F |Juvenile Justice Campus |

| | |3333 E. American Avenue |

| | |Building 701 (Courthouse) |

| | |Fresno, CA |

|Once Weekly |Monday |Juvenile Justice Campus |

| | |Building 704 (Commitment Facility) |

|The Juvenile Justice Campus is approximately 11 miles from the other two locations in Central Fresno. |

6. Contractor shall have a secure "lock box" depository for samples submitted after business hours and/or weekends and holidays.

7. Contractor shall provide "expert" testimony in a court setting upon request. During FY 08-09, laboratory personnel were called upon to offer testimony on approximately 18 occasions.

8. Contractor shall have a written protocol and shall maintain a legally defensible "chain of possession" written record on all samples accepted for testing.

9. Contractor shall be capable of having results available in 24 to 48 hours. The normal time required for test results would be 48 hours, with a 72-hour maximum. Results sent to the Probation Department should include:

Lab Control Number

Date and Time Sample Collected

Collector’s Name

Date Received by Lab

Name of Client

Date of Birth/Sex

Case Identification Number

Type of Sample (Urine/Blood)

Test Code

Medications Noted

Results by Drug Group/Cutoff Limits

Each client’s results will be provided on a separate sheet of paper for inclusion in the client’s file.

10. Contractor shall properly store and retain samples in a safe/secure and refrigerated environment.

11. Contractor shall provide the Probation Department with "Request for Toxicology Services" forms, in triplicate. Request forms shall include information as indicated on the sample form in Exhibit A and be printed on NCR stock (original and two copies).

12. Billing information should include the following:

Account Number (there are eight separate accounts and each requires a separate billing statement)

Laboratory Control Number

Client Name

Date of Birth/Sex

Date of Service

Test Description

Number of Tests run

Billed amount for each test

Each month an itemized bill for each of the eight (8) accounts is submitted by the vendor and reviewed by the Probation Department for accuracy and then forwarded to the accounting department for payment if no discrepancies are found.

13. Monthly summary billing reports will be provided to the Probation Department.

14. Test results reports shall contain information as deemed appropriate by Probation and include a copy of applicable "Chain of Possession" Form. Such reports will be mailed to the Probation Department.

15. Re-testing due to changes in Bidder's staff or unavailability of original testing personnel shall be done at no charge. The amount of retesting is rare and none were requested during the past year.

16. Contractor shall conduct drug screening on every test for the detection of opiates, cocaine, phencyclidine (PCP), methamphetamines, ecstasy, benzodiazepines, cannabinoids, and alcohol. Cutoff levels are as follows:

|Cannabinoid |50 |

|Methamphetamine/Amphetamine |300 |

|Ecstasy |300 |

|Benzodiazepines |300 |

|Cocaine |300 |

|Opiates |300 |

|Phencyclidine (PCP) |75 |

|Alcohol |.02 |

17. Contractor shall conduct tests for the detection of hallucinogenic drugs, such as LSD and Mescaline, or for Barbiturates upon request (requests for these types of tests would be rare and constitute less than one percent (1%) of the total samples submitted).

18. Unless otherwise indicated, qualitative and quantitative tests will be run automatically on the Opiate drug group, Cannabinoid, Phencyclidine (PCP), as well as Methamphetamine and Alcohol. All qualitative and/or quantitative analysis on other drug groups will be by the specific request only of the Deputy Probation Officer or by Order of the Court. The confirmatory laboratory should use GC/MS testing with Limit of Detection (LOD) levels.

19. Contractor shall have the ability to provide approximately 1,600 urine sample containers (kits) and identifying labels weekly, upon which the defendant’s name, date and time of collection, type of test requested, testing officer’s name and unit/division designation can be logged. The sample containers must have a temperature strip attached.

20. Contractor shall refrigerate, freeze, or preserve all samples prior to testing to insure sample integrity.

21. Contractor shall freeze the remainder of a sample which tests positive to drugs and will retain the sample for a period of not less than one (1) year or longer if requested to do so by the Probation Department.

22. Contractor shall provide access to clients, testing facilities whose business hours occur other than regular 8 to 5 business hours. Specifically, clients requiring an available facility on Saturdays and after 5:00 p.m. weekdays. Vendors are to identify the cost differential, if any, for after-hour or weekend services. At least one collection site in metropolitan Fresno is to be open on Saturdays for at least four (4) hours and available two (2) days each week for sample collection until 6:00 p.m. Testing for after-hours and weekends is “unobserved.”

23. Contractor shall provide access to results via the Internet. Contractor shall include in response whether Internet access to results is available and whether there would be an additional charge to provide that service.

The County of Fresno is soliciting bids for laboratory services to provide toxicological screening for the Department of Social Services, Employment Services Program, through urinalysis. The Department of Social Services estimates approximately 1,500 tests will be conducted yearly, with approximately 150 being quantitative and/or qualitative analysis. The Department of Social Services requires that services be provided in metropolitan Fresno and rural Fresno County. The bid for these services is open to any laboratory able to perform the services as stipulated in the Service Requirements. Contractor shall provide access to testing facilities during regular business hours, Monday through Friday, 8:00 a.m. to 5:00 p.m. for both metro and rural.

Quantitative and qualitative analysis capability will need to be provided for positive tests as outlined in the “Service Requirements” section below.

It is requested that vendors indicate in their response whether Internet access, multiple user and super-user access to results is available for all subaccounts and whether there would be an additional charge to provide that service.

service REQUIREments

1. The Department of Social Services requires that services be provided in metropolitan Fresno and rural Fresno County. Therefore, vendors shall state their ability to provide services in both areas. The vendor provides the testing/collection sites as well as the testing/collection service at all sites.

2. Collection sites in rural Fresno County shall include the following areas and the estimated volume is as follows:

|Coalinga |0-1 tests per month |

|Kerman |5-6 tests per month |

|Reedley |3-4 tests per month |

|Selma |3-4 tests per month |

A list of available collection sites and hours of operation within Fresno County, as well as metropolitan Fresno shall be submitted for consideration. All testing will be “unobserved.” Regarding rural testing, the lab does not have to be located in the rural areas, just the testing/collection site.

3. Contractor shall provide all labor, material, equipment, taxes, transportation, etc. to perform evidentiary toxicology laboratory testing as specified.

4. Contractor shall have a written protocol and shall maintain a legally defensible "chain of possession" written record on all samples accepted for testing.

5. Contractor shall be capable of having results available in 24 to 48 hours. The normal time required for test results would be 48 hours, with a 72-hour maximum. Results sent to the Department of Social Services should include:

Lab Control Number

Date and Time Sample Collected

Collector’s Name

Date Received by Lab

Name of Client

Date of Birth/Sex

Case Identification Number

Type of Sample (Urine/Blood)

Test Code

Medications Noted

Results by Drug Group/Cutoff Limits

Each client’s results will be provided on a separate sheet of paper for inclusion in the client’s file.

6. Contractor shall provide the Department of Social Services with "Request for Toxicology Services" forms, in triplicate. Request forms should include information as indicated on the sample form in attached Exhibit A and be printed on NCR stock (original and two copies).

7. Billing information should include the following:

Account Number (there are seven separate subaccounts and each requires a separate billing statement)

Laboratory Control Number

Client Name

Date of Service

Test Description

Number of Tests run

Billed amount for each test

Each month an itemized bill for each of the seven accounts is submitted by the vendor and reviewed by the Department of Social Services for accuracy and then forwarded to the accounting department for payment if no discrepancies are found.

8. Monthly summary billing reports shall be provided to the Department of Social Services.

9. Test results reports shall contain information as deemed appropriate by the Department of Social Services and include a copy of applicable "Chain of Possession" Form. Such reports will be mailed to the Department of Social Services.

10. Contractor shall conduct drug screening on every test for the detection of opiates, cocaine, phencyclidine (PCP), methamphetamines, ecstasy, benzodiazepines, cannabinoids, and alcohol. Cutoff threshold levels are as follows:

|Cannabinoid |50 |

|Methamphetamine/Amphetamine |300 |

|Ecstasy |300 |

|Benzodiazepines |300 |

|Cocaine |300 |

|Opiates |300 |

|Phencyclidine (PCP) |75 |

|Alcohol |.02 |

11. Contractor shall conduct tests for the detection of hallucinogenic drugs, such as LSD and Mescaline, or for Barbiturates upon request (requests for these types of tests would be rare and constitute less than one percent (1%) of the total samples submitted).

12. Unless otherwise indicated, qualitative and quantitative tests will be run automatically on the Opiate drug group, Cannabinoid, Phencyclidine (PCP), as well as Methamphetamine and Alcohol.

The contractor will be responsible for providing all needed supplies for specimen collection, collecting and picking up from the various sites.

Services include, but are not limited to, supplies for specimen collections, phlebotomy services, specimen pick up and delivery, laboratory testing, critical value reporting and timely response for STAT and routine laboratory orders. These services will be required for the operation of County of Fresno and metropolitan Fresno-Clovis sites as outlined below.

Vendor will provide all laboratory services and necessary supplies. The successful bidder must be CLIA (Clinical Laboratory Improvement Amendments) certified. Laboratory services will be provided in response to telephone or fax requests from authorized nursing or clerical staff acting as agents of assigned licensed physicians or from requests ordered through the computer system.

THE DEPARTMENT OF BEHAVIORAL HEALTH (DBH) AND DEPARTMENT OF PUBLIC HEALTH (DPH) SERVICE REQUIREMENTS

1. All services will be provided in accordance with Fresno County, State and Federal client/consumer confidentiality requirements.

2. Blood draws/specimen collection will be performed by the Contractor. Occasionally, County staff will do the collection, as deemed necessary, by County staff ordering the testing.

3. All STAT services will be provided 7 days per week, 24 hours per day at several facilities. All specimen pick-ups, where necessary, will be performed by the Contractor. STAT response time will be within one hour of receipt of request. DBH reports they have approximately 10 STAT requests per year. DPH reports that stat requests for the Jail are rare.

4. The Psychiatric Health Facility (PHF) requires routine blood draws to be completed prior to 6 a.m. All routine results will be returned within 24 hours of collection.

5. Reporting of Critical Test Values shall be completed within 30 minutes after verification and ordering physician will be called with name, date and time of specimen collection, and test results, as well as DOB (Date of Birth) when necessary. Critical Test Value reporting is rare for the DBH. Critical Test Value reporting is infrequent for DPH, with fewer than 10 needed per month at the Jail (for a population of 2,000 inmates). Critical Test Values also known as “critical values” and “critical results” are tests results that fall significantly outside the normal range and may represent life-threatening values even if from routine tests.

6. Billings for services will be submitted on a monthly invoice statement and are to be listed by Department and cost center, listing the full name of the patient, date of birth, Fresno County Medical Record Number, date of service and name of laboratory test. Payments may be delayed if invoices are incomplete or incorrect.

Invoices are to be sent to:

|Department of Behavioral Health (DBH) |4441 E. Kings Canyon Road Fresno, CA 93702 |

|Department of Public Health (DPH) |PO Box 11867 |

| |Fresno, CA 93775 |

7. The selected vendor shall be required to assume full responsibility for all services and activities offered in the quotation and resulting Agreement, with the exception of services and activities provided by the County of Fresno whether or not they are provided directly. Further, the County of Fresno will consider the selected vendor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. The contractor may not subcontract or transfer the contract, or any right or obligation arising out of the contract, without first having obtained the express written consent of the County.

8. The selected vendor shall provide a ten percent (10%), or more, volume discount off the base price for tests if current volume is considered high or future demand increases significantly.

9. County Public Health laboratory requires a daily 4:40 pm specimen pick-up.

10. The selected vendor shall be responsible for billing Medi-cal for Medi-Cal eligible clients as well as other applicable third party insurances. The selected vendor shall collect necessary information pertinent to billing Medi-Cal and third party insurances from clients. The DBH reports that currently approximately 50% of their inpatient and 30% of their outpatient billings are Medi-Cal. The department is in the process of reorganizing and evaluating the provision of services due to budget cuts. These Medi-Cal percentages could change if the department can see only Medi-Cal recipients. Approximately 46% of the clients DPH treats are Medi-Cal or Medi-Cal eligible, or have other third party insurance.

11. The selected vendor shall provide online access to usage report.

12. The selected vendor shall provide online access to lab results to Medical staff and these results must be printable.

TYPES OF REQUIRED CLINICAL LABORATORY TESTS

On the average, the following is the volume of clinical laboratory tests the Behavioral Health Department conducted in the past year. While every effort was made to get the most current information on the types of tests needed by each program, the types of tests listed below are best estimates only. The County does not guarantee any minimums for any of the tests listed below.

|Program | |Types of Tests | |

|Metro Outpatient Services |Majority of tests (35%) CBC differential, mostly for Clozaril monitoring. Other tests include |

| |TSH, Comprehensive Metabolic Panel, Valporic Acid, Lipid Profile, ALT, Lithium, Hepatic Function|

| |Panel, Glucose Plasma, Cholesterol, Toxicology Test, Triglycerides, AST,Glucose Random, |

| |Prolactin, Creatinine, WBC, Electrolytes, Urine Toxicology, etc. |

| | |

|Urgent Care and Wellness Center |This clinic runs approximately ten tests a month of which the majority of CBC, Electrolyte |

| |panel, thyroid and liver functions |

|PHF* |Majority of tests (16%) are CBC w/differential and (19%) are Comprehensive Metabolic Panel. |

| |Others include TSH, Lithium, Tegretal, Valporic Acid, Dilantin levels, Electrolyte Panel, Urine |

| |toxicology, Lipid Panel and pregnancy tests. |

| | |

|Rural Clinics |Majority of tests (16%) are CBC Differentials. Others include Comprehensive Metabolic Panel, |

| |Urine Toxicology test, TSH, GGT, STS, Electrolytes and Valporic Acid. |

| | |

|Pathways to Recovery |Tests include, but are not limited to, Urine Toxicology and Pregnancy tests and miscellaneous |

| |other tests |

| | |

|Children’s Mental Health Division |The Children’s Mental Health Division requests about 20 tests a month for their Outpatient, |

| |CCAIR, and Youth Offender programs. The Outpatient programs include the Youth Link Program, |

| |Youth System of Care, Yale Services and Rural Services program. These tests include the Hepatic|

| |Function Panel, Comp Metabolic Panel, CBCs (some with differentials), Valporic Acid, Lithium |

| |Tegretal and Lead levels. These tests are for programs with cost centers: 56402229, 56402230, |

| |56402415, 56402311, 56402242 and 56402255. |

LABORATORY SERVICES FOR 24-HOUR FACILITIES

Laboratory Services will be requested for the following sites, operating 7 days per week, 24-hours per day, weekends and holidays:

Please note that Billing/Cost Center numbers listed at the end of each program below are for internal use only and vendors responding to RFQ do not have to include this information in their proposal.

1. Psychiatric Health Facility (PHF), 4411 E. Kings Canyon Road, Fresno, CA 93702. Phone (559) 453-4044, fax (559) 453-3875. (BILLING/COST CENTER # 56302491)

The PHF is a 16-bed acute inpatient facility for Fresno County residents with severe and acute mental illnesses. Basic services include psychiatry, clinical psychology, social work, psychiatric nursing, rehabilitation and medication services.

2. Youth Offender Program, 3333 E. American Avenue, Fresno, CA, 93725, phone: (559) 495-3734. (BILLING/COST CENTER # 56402255)

Mental Health will contract to provide services for youth sex offenders and youth domestic violence offenders detained at the Juvenile Justice Campus. Services include crisis intervention, assessment, individual, group and family therapy, discharge planning and linkage to services needed after discharge. Referral to these programs will be made though the Juvenile Court System and the Juvenile Justice Campus.

3. Children's Crisis Assessment Intervention Resolution Center CCAIR), 3147 North Millbrook Ave, Fresno, 93703 (BILLING/COST CENTER # 56402242)

CCAIR is an outpatient crisis intervention program that provides treatment to prevent hospitalization. The program is open 24 hours a day, 365 days per year, providing a safe, secure setting for management and resolution of urgent psychiatric matters. CCAIR services include assessment, crisis intervention and resolution for minors who have been determined to be a serious danger to themselves (suicidal), to others (homicidal) or are gravely disabled (unable to make use of food, clothing and shelter).

LABORATORY SERVICES FOR FACILITIES THAT OPERATE

MONDAY THROUGH FRIDAY, 8:00 A.M. TO 5:00 P.M.

Please note that Billing/Cost Center numbers listed at the end of each program below are for internal use only and vendors responding to RFQ do not have to include this information in their proposal.

1. Metro Outpatient Services, 4441 E. Kings Canyon Road, Fresno, CA 93702, phone (559) 453-4099, fax (559) 253-9144. (BILLING/COST CENTER # 56302999)

Metro Services provides culturally appropriate therapeutic outpatient and rehabilitative group services to seriously and persistently mentally ill and homeless mentally consumers. Staff provides medication administration and education, monitor medication levels for consumers and perform physical and mental health assessments.

2. Rural Outpatient Clinics in Kerman, Selma, Coalinga, Huron and West Fresno located at the following addresses:

|Kerman: |275 S. Madera Street, Kerman, CA 93630 (BILLING/COST CENTER # 56302999) |

|Selma: |2424 S. McCall Avenue, Fresno, CA 93622 (BILLING/COST CENTER # 56302999) |

|Coalinga: |311 Coalinga Plaza, Coalinga, CA 93210 (BILLING/COST CENTER # 56302999) |

|Huron: |36678 S. Lasson Ave # 1, Huron, Ca 93224 (BILLING/COST CENTER # 56302999) |

|W. Fresno: |302 W. Fresno Ste 201, Fresno, CA 93706 (BILLING/COST CENTER # 56302999) |

3. Urgent Care and Wellness Center, 4411 E. Kings Canyon Road, Fresno, CA 93702, (BILLING/COST CENTER # 56654512)

4. Pathways to Recovery, Building 320, 515 S. Cedar Avenue, Fresno, CA. 93702,(BILLING/COST CENTER # 56022093)

Pathways to Recovery offers a three track program that provides outpatient substance abuse treatment services for pregnant and parenting women, mental health services for CalWORKs clients and co-occurring services for clients with co-existing mental health and substance abuse challenges.

5. Youth Link Program, 3133 North Millbrook Ave., Fresno, CA 93703, phone: (559) 445-3225. (BILLING/COST CENTER # 56402229)

Youth Link provides mental health services for children and families who are under the jurisdiction of the Juvenile Court. County mental health staff performs psychological evaluation for children and their parents who come before the Juvenile Court on dependency matters. Assessment and treatment are provided by Youth Link staff or private contract providers.

6. Youth System of Care, 3133 North Millbrook Ave., Fresno, CA 93703, phone: (559) 445-3225. (BILLING/COST CENTER # 56402230)

Youth System of Care provides outpatient services to children under the age of eighteen and special education youth under the age of twenty-three and their families. Outpatient services include assessment, crisis intervention, case management, individual, group and family therapy and psychiatric evaluation. Fees for services are based on a sliding scale, dependent upon the family’s income.

7. Yale Services, 4939 E. Yale Ave., Fresno, CA, 93727, phone: (559) 443-4850 (BILLING/COST CENTER # 56402415)

Yale services provider outpatient school based services to children under the age of eighteen and special education youth under the age of twenty-three. Outpatient services include assessment, crisis intervention, case management, individual, group and family therapy and psychiatric evaluation. Fees for services are based on a sliding scale, dependent upon the family’s income.

8. Rural services, 311 Plaza, Coalinga, CA, 93210, phone: (559) 453-8928 (BILLING/COST CENTER # 56402311)

Rural services provider outpatient services to rural children in under the age of eighteen and special education youth under the age of twenty-three and their families. Outpatient services include assessment, crisis intervention, case management, individual, group and family therapy and psychiatric evaluation. Fees for services are based on a sliding scale, dependent upon the family’s income.

TYPES OF REQUIRED CLINICAL LABORATORY TESTS

On the average, the following is the volume of clinical laboratory tests that the Public Health Department conducted in the past year. While every effort was made to get the most current information on the types of tests needed by each program, the types of tests listed below are best estimates only. The County does not guarantee any minimums for any of the tests listed below.

|Program |Types of Tests |

|County Laboratory |Majority of tests (73%) are T- Lymphocyte Helper CD Panels (approximately 50 annually) and miscellaneous |

| |other tests |

|Early Intervention |Majority of tests (65%) are T- Lymphocyte Helper CD Panels. Approximately, 340 T-Lymphocytes Helper CD |

| |Panels are run annually. Other tests include Hemoglobin, CBC without differential and Pap Smears |

|Chest Clinic |Tests include Coccidiodal Serology Panels, liver function panels, TSH and miscellaneous other tests |

|Specialty Clinic |Tests include Pap Smears, Pathology biopsies, HIV, hepatitis screening, RPR, and miscellaneous other |

| |tests |

|*Juvenile Justice Campus |Tests include drug screening, pap smears, etc. |

|*Jail Treatment |Tests include hematology, serum pregnancy, urine culture and sensitivity and various chemical panels. |

*For these facilities lab services will be requested 7 days a week, 24 hours a day, including weekends and holidays.

LABORATORY SERVICES FOR 24-HOUR FACILITIES

Laboratory Services will be requested for the following sites, operating 7 days per week, 24-hours per day, weekends and holidays:

Please note that Billing/Cost Center numbers listed at the end of each program below are for internal use only and vendors responding to RFQ do not have to include this information in their proposal.

1. Jail Medical Services, 1225 M Street, Fresno, CA 93721, phone: (559) 488-2866, fax: (559) 488-3298. (BILLING/COST CENTER # 56201685)

The outpatient medical care provided in the adult detention facilities includes three components: 1) the housing unit, for inmates who are eligible for outpatient treatment. 2) care provided to the remainder of the inmate population which is essentially that which is provided by an "urgent care" or "walk-in" clinic including treatment of minor ailments, injuries, and dental problems, X-ray services, and patient education, and 3) medical screening process performed on each arrestee at the time of booking to identify communicable diseases, other illnesses, injuries, pregnancy, drug and alcohol use, and mental problems.

2. Juvenile Justice Campus, 3333 E. American Avenue, Building 702, Fresno, CA 93725, phone: (559) 495-3953, fax: (559) 495-3885. (BILLING/COST CENTER #56201684)

The outpatient medical care (located on the east side of Building 702) provided in the juvenile detention facilities includes two components: 1) care which is essentially that provided by an "urgent care" or "walk-in" clinic including treatment of minor ailments and injuries, X-ray services, and patient education, 2) a physical examination performed on each arrestee at the time of booking to identify communicable diseases, other illnesses, injuries, pregnancy, drug and alcohol use, and mental problems.

LABORATORY SERVICES FOR FACILITIES THAT OPERATE

MONDAY THROUGH FRIDAY, 8:00 A.M. TO 5:00 P.M.

Please note that Billing/Cost Center numbers listed at the end of each program below are for internal use only and vendors responding to RFQ do not have to include this information in their quotation.

1. Specialty Clinic, 1221 Fulton Mall, Fresno, CA 93775, phone: (559) 445-3416. (BILLING/COST CENTER # 56201660)

The Specialty Clinic provides services to prevent sexually transmitted diseases through diagnosis, treatment, medical follow-up, contact investigation and partner notification. Investigation and notification are conducted by county Communicable Disease Specialists and state Communicable Disease Investigators which are housed in the Specialty Clinic. The Specialty Clinic began offering family planning HIV/AIDS treatment services in 1997-98.

2. Public Health Laboratory, 1221 Fulton Mall, Fresno, CA 93775, phone: (559) 445-3407, fax: (559) 445-3580. (BILLING/COST CENTER # 56201620). The Fresno County Public Health Laboratory is open from 8:00 am to 5:00 pm Monday through Friday.

Section 101150 of the Health and Safety Code and Section 1075 of Title 17 of the California Code of Regulations require local health departments to have available the services of an official public health laboratory. The purpose of the Public Health Laboratory is to detect the presence of disease producing agents which have the potential to adversely affect the public health. The Public Health Laboratory continually strives to implement new technologies that reduce disease transmission, morbidity, and treatment costs, as well as cooperative arrangements to maximize utilization of County resources.

The Public Health Laboratory actively participates in proficiency programs and is accredited by the State of California Environmental Laboratory Accreditation Program (ELAP), the Clinical Laboratory Improvement Act (CLIA), the Environmental Protection Agency, and is certified by the State of California Department of Food and Agriculture.

Both human and environmental specimens are accepted and tested in order to detect organisms and chemicals which may threaten the health of the community. In addition to testing specimens in support of Public Health Department programs, the Public Health Laboratory tests specimens from hospitals, other county departments, other governmental entities, private physicians, penal institutions, private clinics, water systems, businesses, and private individuals.

The information generated by this testing is furnished to other agencies and departments to be used for the purpose of monitoring infectious disease outbreaks and environmental threats to the public's health. This information can then be used to plan containment strategies and also assess the effectiveness of various health education programs.

3. Chest Clinic, 1221 Fulton Mall, Fresno, CA 93775, phone: (559) 445-3413. (BILLING/COST CENTER # 56201650)

The Chest Clinic provides services for the detection, prevention and treatment of TB, specifically, skin testing, chest X-rays, preventive treatment, and diagnosis of an active disease. The clinic also operates a Directly Observed Therapy outreach unit which monitors and ensures patient compliance with the prescribed treatment plan.

The state and federal government have established priorities and objectives which are designed to address the highest priorities in TB control: (1) The first priority is to identify persons who have active TB cases and ensure that they complete appropriate therapy, including using confinement measures in exceptional cases; (2) The second priority is to find and screen persons who have been in contact with TB patients to determine whether they have TB infection or disease and provide them with appropriate treatment, and (3) The third is to screen high-risk populations to detect persons who are identified with Multiple Drug Resistant TB.

4. Early Intervention Program (EIP), 1221 Fulton Mall, Fresno, CA 93775, phone: (559) 445-3409. (BILLING/COST CENTER # 56201649)

The Early Intervention Program provides managed, preventive health care to HIV-infected persons before their HIV infection has progressed to symptomatic AIDS. The goals of the EIP are to delay the onset of symptoms associated with HIV, to promote healthy and beneficial lives for those with HIV, and to minimize the chances that HIV-positive individuals could infect others. The goals of the EIP are accomplished through physical examinations, psycho-social assessments and counseling, health education, risk-reduction education, and through the case management of the HIV-infected clients. The EIP is funded through the State Office of AIDS.

5. Drug Alcohol Testing, 1221 Fulton Mall, Fresno, CA 93775, phone: (559) 445-3598. [BILLING/COST CENTER #: 56201639(2082)]

HIV counseling and screening services are provided to individuals who are currently participating in drug/alcohol treatment programs, both residential as well as outpatient programs. The program is supported through an interagency agreement with the Substance Abuse Division. In addition to counseling and testing services, group education is provided to clients as well as regular program updates with the staff of participating programs.

information request

All three (3) Groups require interested vendors responding to the RFQ to provide the following information:

1. Provide copy of current license and expiration date.

2. Billing Discrepancies. The Groups prefer the vendor provide one centralized contact to address billing questions and discrepancies. Each Group will also provide a centralized contact for the vendor. The vendor is to respond to inquiries in a timely manner--within 7 days. Can the vendor comply with this request? If not, please state how billing questions/discrepancies will be handled.

| |

| |

| |

3. In the event the vendor should need to make system changes that impact portal access, invoicing, and requisition forms, the County requires at least 60 days notice. The notice should include what is happening, when it is happening, why it is happening, what will be impacted (i.e., internet access, account numbers, etc.), and how. Vendors are to indicate if they can comply with this request. Further, if said changes will impact existing account numbers what steps will be taken to prevent duplicate billing?

| |

| |

| |

| |

| |

| |

| |

| |

| |

| |

COST quotation

Quotations shall include rates for all services, materials, equipment, etc. to be provided.

Quotations shall be submitted categorized separately by Group and by Department listing the cost for each test and the total for each Department. Laboratory test volumes quoted in this RFQ are best estimates only. The County does not guarantee any minimums.

You may bid on Group I, Group II, Group III or all three groups. When submitting your Response to RFQ, please return all quotes for the various Group/Departments on the Quotation Sheets provided in the RFQ. Should you choose not to provide a quote for a particular Group/Department, return that sheet marked “N/A”.

GROUP I - PROBATION

QUOTATION SCHEDULE

|State location of depository for after hour samples: | |

| |

1. Include copy of protocol for "Chain of Possession" of samples.

|Include copies of Forms: |a) Request for Services |

| |b) Summary Billing |

| |c) Test Results |

|Test results will be available in 24 to 48 hours in case of emergency: |Yes | |No | |

2. Unit prices must be all inclusive.

3. Quantities shown on Quotation Schedules are an estimated usage for a twelve-month period, County guarantees no minimum.

4. Pertaining to the Quotation Schedules, the bidder is required to quote prices and must extend pricing and total columns.

|TYPE OF ANALYSIS |ESTIMATED ANNUAL |COST PER TEST | |TOTAL |

| |QUANTITY | | | |

|Drug screen, as specified (Qualitative) |80,000 |$ | |$ |

|Drug screen, as specified (Quantitative) |8,000 |$ | |$ |

|TOTAL | | | |$ |

|Expert Witness Testimony | | |

|1. Court Appearance - First Hour: |$ |per hour |

|2. Court Appearance - Each additional Hour after the first hour: |$ |Per hour |

|3. Mileage Allowance: |$ |Per mile |

|Include copies of Forms: |a) Request for Services |

| |b) Summary Billing |

| |c) Test Results |

|Test results will be available in 24 to 48 hours in case of emergency: |Yes | |No | |

1. Unit prices must be all inclusive.

2. Quantities shown on Quotation Schedules are an estimated usage for a twelve-month period, County guarantees no minimum.

3. Pertaining to the Quotation Schedules, the bidder is required to quote prices and must extend pricing and total columns.

|TYPE OF ANALYSIS |ESTIMATED ANNUAL |COST PER TEST | |TOTAL |

| |QUANTITY | | | |

|Drug screen, as specified (Qualitative) |1,500 |$ | |$ |

|Drug screen, as specified (Quantitative) |150 |$ | |$ |

|TOTAL | | | |$ |

| |ESTIMATED ANNUAL USAGE |UNIT PRICE | |TOTAL |

|PRE-TREATMENT WORK-UP PANEL: | | | | |

|Comprehensive Metabolic Panel 10 |740 |$ | |$ |

|Basic Metabolic Panel 5 |80 |$ | |$ |

|Electrolyte Panel |11 |$ | |$ |

|Baseline Lithium Screening |130 |$ | |$ |

|CBC (With or without Differential) |2,418 |$ | |$ |

|WBC |30 |$ | |$ |

|TFT (Thyroid Function Tests) |110 |$ | |$ |

|Urine Analysis |90 |$ | |$ |

|Urine Culture |30 |$ | |$ |

|Urine Sensitivity |21 |$ | |$ |

|HIV Screen Only |7 |$ | |$ |

|HIV with Western Confirmation |2 |$ | |$ |

|Hepatic Panel |65 |$ | |$ |

|Lipid Panel |639 |$ | |$ |

|LSP Liver Function Test |11 |$ | |$ |

|TSH (Thyroid Stimulation Hormone Test) |105 |$ | |$ |

|ALT (SGPT) |21 |$ | |$ |

|AST (SGOT) |33 |$ | |$ |

|Ammonia Plasma |10 |$ | |$ |

|Magnesium |11 |$ | |$ |

|STS (RPR) |5 |$ | |$ |

|Glucose Plasma/Serum |70 |$ | |$ |

|Triglycerides |21 |$ | |$ |

|Throxyine, Direct Free |51 |$ | |$ |

|Creatnine |15 |$ | |$ |

|BUN |6 |$ | |$ |

|BUN/Creatnine |10 |$ | |$ |

|Prolactin |21 |$ | |$ |

| |ESTIMATED ANNUAL USAGE |UNIT PRICE | |TOTAL |

|THERAPEUTIC MEDICATION LEVEL MONITORING | | | | |

|Valporic Acid level |201 |$ | |$ |

|Lithium Level |196 |$ | |$ |

|Haloperidol level |55 |$ | |$ |

|Carbamazepine level (Tegretol) |57 |$ | |$ |

|Phenobarbital level |21 |$ | |$ |

|Phenytoin (Dilantin) level |21 |$ | |$ |

|Digoxin level |11 |$ | |$ |

|Depakote level |21 |$ | |$ |

|Zytrexa level |25 |$ | |$ |

|Risperdal level |10 |$ | |$ |

|MISCELLANEOUS | | | | |

|Blood Draw |2,260 |$ | |$ |

|Urine Collection (not observed) |37 |$ | |$ |

|Stat Testing Charges |56 |$ | |$ |

|Stat Pick up Charges |37 |$ | |$ |

| |ESTIMATED ANNUAL USAGE |UNIT PRICE | |TOTAL |

|TOXICOLOGY SCREENING (WITHOUT CONFIRMATION) | | | | |

|Urine Toxicology Screens: |2,587 |$ | |$ |

|Amphetamine (like Substance) | | | | |

|Barbiturates | | | | |

|Benzodiazepine | | | | |

|Cannabinoid | | | | |

|Cocaine | | | | |

|Opiate | | | | |

|Phenyclidine | | | | |

|Etoh (Alcohol) level | | | | |

|TOXICOLOGY SCREENING (WITH CONFIRMATION) | | | | |

|Urine Toxicology Screens: |522 |$ | |$ |

|Amphetamine (like Substance) | | | | |

|Barbiturates | | | | |

|Benzodiazepine | | | | |

|Cannabinoid | | | | |

|Cocaine | | | | |

|Opiate | | | | |

|Phenyclidine | | | | |

|Etoh (Alcohol) level | | | | |

|Drug Screen Serum |21 |$ | |$ |

|PREGNANCY SCREENING | | | | |

|Urine Pregnancy |89 |$ | |$ |

|Serum Beta HCG |15 |$ | |$ |

|OTHER TESTS | | | | |

|Pap Smears (1 slide) |12 |$ | |$ |

| |ESTIMATED ANNUAL USAGE |UNIT PRICE | |TOTAL |

|CD4 |25 |$ | |$ |

|T3 Uptake |28 |$ | |$ |

|Pathology Biopsies |10 |$ | |$ |

|Vitamin B12 |29 |$ | |$ |

|Toxoplasma Titer |26 |$ | |$ |

|Renal Function Panel |13 |$ | |$ |

|Uric Acid, Serum |5 |$ | |$ |

|Clozapine (Clozaril) |20 |$ | |$ |

|Iron and IBC W/O reflex |5 |$ | |$ |

|TSH Reflex to Free |5 |$ | |$ |

|Thyroid Profile |5 |$ | |$ |

|Hematocrit |5 |$ | |$ |

|Hemogram/Platelet |80 |$ | |$ |

|Glucose, Fasting |57 |$ | |$ |

|Glucose, Random |13 |$ | |$ |

|Hemoglobin A1C Immunoassay |20 |$ | |$ |

|Hep B surface Ag W/Reflex Confirm |5 |$ | |$ |

|Acute Hepatitis Panel |5 |$ | |$ |

|Hepatitis C Ab |5 |$ | |$ |

|Prostrate specific Antigen (PSA) |5 |$ | |$ |

|Prothrombin Time (PT) |5 |$ | |$ |

|Microalbumin, Random, Urine |5 |$ | |$ |

|CT/NG Urine |5 |$ | |$ |

|Hep C-RNA TMA Qual |5 |$ | |$ |

|T-Lymph |5 |$ | |$ |

| |ESTIMATED ANNUAL USAGE |UNIT PRICE | |TOTAL |

|Cytomegalovirus |5 |$ | |$ |

|Hepatitis C |5 |$ | |$ |

|Luteinizing Hormone |5 |$ | |$ |

|Virology Test |5 |$ | |$ |

|HSV |5 |$ | |$ |

|TP-PA RPR |5 |$ | |$ |

|Anti-Nuclear (ANA) |5 |$ | |$ |

|ANA (EIA) |5 |$ | |$ |

|B/O Comprehensive Metabolic Panel |5 |$ | |$ |

|B/O AM CBC |5 |$ | |$ |

|Folic Acid |5 |$ | |$ |

| | | | | |

|TOTAL FOR BEHAVIORAL HEALTH: | | | |$ |

| | |

|  |ESTIMATED ANNUAL USAGE | |UNIT PRICE | |TOTAL |

|1. Blood Drawing |144 | |$ | |$ |

|2. Comprehensive Metabolic |108 | |$ | |$ |

|3. Lipid Profile |108 | |$ | |$ |

|4. Cbcs With And Without Differential |108 | |$ | |$ |

|5. Tsh (3d Generation) |108 | |$ | |$ |

|6. Hemoglobin A1c |12 | |$ | |$ |

|7. Amylase |12 | |$ | |$ |

|8. T3 Uptake |12 | |$ | |$ |

|9. T4 (Thyroxine) |12 | |$ | |$ |

|10. Pregnancy, Serum |24 | |$ | |$ |

|11. Electrolytes |24 | |$ | |$ |

|12. Eia 7 + Alcohol W/O Rflx |12 | |$ | |$ |

|13. Drug Abuse Profile #4 |12 | |$ | |$ |

|14. Cannabiniod Conf |12 | |$ | |$ |

|15. Urinalysis Compete |12 | |$ | |$ |

|16. Pregnancy Test Urine |24 | |$ | |$ |

|17. Stat Charge |12 | |$ | |$ |

|18. Direct Free Thyroxine |12 | |$ | |$ |

|19. Hepatic Function Panel |12 | |$ | |$ |

|20. Urinalysis Macroscopic |12 | |$ | |$ |

|21. Lead, Blood |12 | |$ | |$ |

|22. Hemogram (Bc W/Platelet) |12 | |$ | |$ |

|23. Valproic Acid Free |24 | |$ | |$ |

|24. Amylase |12 | |$ | |$ |

|25. Cannabinoid Conf |12 | |$ | |$ |

|26. Lithium |6 | |$ | |$ |

|27. Tegrtal |6 | |$ | |$ |

| | | | | | |

|TOTAL FOR DBH-CHILDREN MENTAL HEALTH: | | | |$ |

| | | | | | |

| | | |

| |ESTIMATED ANNUAL |UNIT PRICE | |TOTAL |

| |USAGE | | | |

|Amphetamine conf (GC/MS) |25 |$ | |$ |

|Cannabinoid conf (GC/MS) |27 |$ | |$ |

|CBC with Differential |470 |$ | |$ |

|Coccidioidal Serology Panel |12 |$ | |$ |

|Comprehensive Metabolic Panel |11 |$ | |$ |

|Hemoglobin A1C Immunoassay |175 |$ | |$ |

|Hemogram (BC w/platelet count) |106 |$ | |$ |

|Hepatitis A Antibody, IgM |31 |$ | |$ |

|Hepatitis B Core Antibody |51 |$ | |$ |

|Hepatitis B Surface Antibody |121 |$ | |$ |

|Hepatitis B Surface Antigen |55 |$ | |$ |

|Hepatitis C (Anti-HCV) |72 |$ | |$ |

|Herpes Simplex Virus, Type I and II, IgG & IgM |43 |$ | |$ |

|HIV 1 and HIV 2 Antibody (HIV Serology) |17 |$ | |$ |

|HIV 1 Western Blot |12 |$ | |$ |

|HIV-1 RNA, QUAL, Real Time PCR |120 |$ | |$ |

|(Viral Load Tests) | | | | |

|HIV Screen Only |1,070 |$ | |$ |

|Lymphocyte Subset Panel |208 |$ | |$ |

|PAP, SurePath Focal Point |122 |$ | |$ |

|PAP, Thin Layer Prep |14 |$ | |$ |

|Prostate-specific Antigen |70 |$ | |$ |

|Prothrombin Time |30 |$ | |$ |

|Renal Function Panel |175 |$ | |$ |

|STS (Rapid Plasma Reagin) Qual |11 |$ | |$ |

|Thyroid Stimulating Hormone |20 |$ | |$ |

|(3rd Generation) | | | | |

|T-Lymphocyte Helper/CD |119 |$ | |$ |

|Toxoplasma Gondii Antibody IgG |70 |$ | |$ |

| | |

|TOTAL FOR DEPARTMENT OF PUBLIC HEALTH: |$ |

1) The tests listed above are a sampling of the tests most often ordered by DPH. It is not an all inclusive list, but is intended to provide a gauge for cost comparison purposes.

2) Vendor will provide details as to how they will accommodate requests for additional new tests, once the contract is in place. This must include a statement as to maximum price formula, within the context of the contract.

| |

| |

| |

| |

| |

| |

| |

CHECK LIST

This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list, are important requirements and is the responsibility of the bidder to submit with the bid package in order to make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the bid in its entirety.

Check off each of the following:

| | |The Request for Quotation (RFQ) has been signed and completed. |

| | |One (1) original and eight (8) copies of the RFQ have been provided. |

| | |Addenda, if any, have been completed, signed and included in the bid package. |

| | |The completed Reference List as provided with this RFQ. |

| | |The Quotation Schedule, as provided with this RFQ, has been completed, priced reviewed for accuracy and any corrections |

| | |initialed in ink. |

| | |Indicate all of bidder exceptions to the County’s requirements, conditions and specifications as stated within this RFQ. |

| | |Bidder to Complete page as provided with this RFQ. |

| | |Provide copy of current license and expiration date. |

| | |Lastly, on the LOWER LEFT HAND CORNER of the sealed envelope, box, etc. transmitting your bid, attach the “Request for |

| | |Quotation Label” and include the following information: |

|County of Fresno RFQ No. |490-4798 |

|Closing Date: |March 30, 2010 |

|Closing Time: |2:00 P.M. |

|Commodity or Service: |TOXICOLOGY & CLINICAL LABORATORY TESTING |

| | |

This Checklist does not need to be returned with your bid.

|exhibit a |

|sample request for toxicology services |

|chain of custody form |

|490-4798 Exhibit A.pdf |

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download