Bid-Contract Service & Supply



COUNTY OF FRESNO | |

|Request for proposal |

|269-4594Prescription Drugs & |NUMBER: 269-4594 | |

|ServicesJuly 18, 2008Patricia J. | | |

|Flaherty | | |

|Prescription Drugs & Services |

|June 9, 2008 |

|ORG/Requisition: 56201685/ 5628001306 |PURCHASING USE |G:\PUBLIC\RFP\269-4594 PRESCRIPTION DRUGS & SERV.DOC |

| |jlg | |

|IMPORTANT: SUBMIT PROPOSAL IN SEALED PACKAGE WITH PROPOSAL 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 July 18, 2008. |

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

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

|Clarification of specifications are to be directed to: Patricia J. Flaherty, phone (559) 456-7110, 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 co.fresno.ca.us/0440/Bidshome.asp for RFQ/RFP documents and |

|changes. |

|BIDDER TO COMPLETE |

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

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

|Except as noted on individual items, the following will apply to all items in the Proposal 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 120 days after closing date of bid.

2. SUBMITTING BIDS:

A) Each bid must be submitted on forms provided in a sealed envelope 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 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.

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, 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, 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 willing 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 (7.975%). 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, 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 the review committee 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.

The Purchasing Manager will provide a written response to the complaint 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 the Purchasing Manager, he/she shall have the right to appeal to the Purchasing Agent within seven (7) business days after notification of the Purchasing Manager’s decision.

If the protesting bidder is not satisfied with Purchasing Agent 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.

TABLE OF CONTENTS

PAGE

OVERVIEW 3

KEY DATES 3

PROPOSAL IDENTIFICATION SHEET 4

TRADE SECRET ACKNOWLEDGEMENT 5

REFERENCE LIST 7

GENERAL REQUIREMENTS 8

PARTICIPATION 15

SPECIFIC TERMS AND CONDITIONS 16

SCOPE OF WORK 18

COMMUNICABLE DISEASE DIVISION PROGRAMS 21

JAIL MEDICAL SERVICES DIVISION PROGRAMS 23

COST PROPOSAL 28

COMMUNICABLE DISEASE DIVISION SAMPLE LIST OF MEDICATIONS 29

JAIL MEDICAL SERVICES DIVISION SAMPLE LIST OF MEDICATIONS 32

JAIL PSYCHIATRIC SERVICES DIVISION SAMPLE LIST OF MEDICATIONS 35

PROPOSAL CONTENT REQUIREMENTS 39

AWARD CRITERIA 42

attachment a JAIL no hostage policy 43

attachment b medication formulary 45

CHECKLIST OF VENDOR’S ATTACHMENTS 54

OVERVIEW

The County of Fresno is soliciting proposals for the supply of pharmaceutical prescriptions and consulting pharmacist services to the following Fresno County sites: Adult Jail Facilities, Juvenile Justice Campus, Elkhorn Correctional Facility, Jail Psychiatric Services, the Chest Clinic, and the Specialty Clinic. Approximately $2,000,000 annually has been expended in the current agreement for services and supplies.

Contracted pharmacy shall bill based on the published (Medical Economics, Drug Topics, Red Book) Average Wholesale Price minus a percentage. Any additional costs such as minimum per prescription, dispensing fees, and administrative fees should be included. Prices should not be based on acquisition costs.

Contracted pharmacy shall comply fully with all applicable Federal, State, and local laws and regulations and meet National Commission on Correctional Health Care (NCCHC), American Correctional Association (ACA), and Joint Commission on Accreditation of Health Care Organization (JCAHO) standards. Bidders will provide valid copies of licensed staffs’ licensure, pharmacy’s nonresident permit, controlled substance registration certificate, and the pharmacy’s State pharmacy retail licensure.

KEY DATES

|RFP Issue Date: |June 10, 2008 |

|Vendor Conference: |June 27, 2008 at 10:00 a.m. |

| |Fresno County Purchasing Division |

| |4525 E. Hamilton Ave. |

| |Fresno, CA 93702 |

|Deadline for Written or Fax Requests for Interpretations or |July 8, 2008 |

|Corrections of RFP: | |

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

|RFP Closing Date: |July 18, 2008 at 2:00 P.M. |

| |County of Fresno Purchasing |

| |4525 E. Hamilton Avenue |

| |Fresno, CA 93702 |

| | |

| | |

| | |

| | |

PROPOSAL IDENTIFICATION SHEET

RESPONDENT TO COMPLETE AND RETURN WITH PROPOSAL

|Our proposal is attached and identified as: | |

| |

| |

The undersigned agrees to furnish the service stipulated at the prices and terms stated in the cost proposal.

|Work services will commence within | |calendar days after signing of the final |

|contract. | | |

|Company: | |

|Address: | |

| |Zip: | |

|Signed by: | |

| |

|Print Name |

| |

|Print Title |

|( ) |( ) | |

|Telephone |Fax Number |E-mail Address |

|Date: | |

TRADE SECRET ACKNOWLEDGEMENT

All proposals received by the County shall be considered "Public Record" as defined by Section 6252 of the California Government Code. This definition reads as follows:

"...Public records" includes any writing containing information relating to the conduct of the public's business prepared, owned, used or retained by any state or local agency regardless of physical form or characteristics "Public records" in the custody of, or maintained by, the Governor's office means any writing prepared on or after January 6, 1975."

Each proposal submitted is Public record and is therefore subject to inspection by the public per Section 6253 of the California Government Code. This section states that "every citizen has a right to inspect any public record".

The County will not exclude any proposal or portion of a proposal from treatment as a public record except in the instance that it is submitted as a trade secret as defined by the California Government Code. Information submitted as proprietary, confidential or under any other such terms that might suggest restricted public access will not be excluded from treatment as public record.

"Trade secrets" as defined by Section 6254.7 of the California Government Code are deemed not to be public record. This section defines trade secrets as:

"...Trade secrets," as used in this section, may include, but are not limited to, any formula, plan, pattern, process, tool, mechanism, compound, procedure, production data or compilation of information that is not patented, which is known only to certain individuals within a commercial concern who are using it to fabricate, produce, or compound an article of trade or a service having commercial value and which gives its user an opportunity to obtain a business advantage over competitors who do not know or use it."

Information identified by bidder as "trade secret" will be reviewed by County of Fresno's legal counsel to determine conformance or non-conformance to this definition. Examples of material not considered to be trade secrets are pricing, cover letter, promotional materials, etc. Such material should be submitted in a separate binder not marked "Trade Secret".

INFORMATION THAT IS PROPERLY IDENTIFIED AS TRADE SECRET AND CONFORMS TO THE ABOVE DEFINITION WILL NOT BECOME PUBLIC RECORD. COUNTY WILL SAFEGUARD THIS INFORMATION IN AN APPROPRIATE MANNER.

Information identified by bidder as trade secret and determined not to be in conformance with the California Government Code definition shall be excluded from the proposal. Such information will be returned to the bidder at bidder's expense upon written request.

Trade secrets must be submitted in a separate binder that is plainly marked "Trade Secrets."

The County shall not in any way be liable or responsible for the disclosure of any proposals or portions thereof, if they are not (1) submitted in a separate binder that is plainly marked "Trade Secret" on the outside; and (2) if disclosure is required under the provision of law or by order of Court.

Vendors are advised that the County does not wish to receive trade secrets and that vendors are not to supply trade secrets unless they are absolutely necessary.

TRADE SECRET ACKNOWLEDGEMENT

I have read and understand the above "Trade Secret Acknowledgement."

I understand that the County of Fresno has no responsibility for protecting information submitted as a trade secret if it is not delivered in a separate binder plainly marked "Trade Secret."

Enter company name on appropriate line:

| |has submitted information identified as Trade Secrets |

|(Company Name) | |

| |has not submitted information identified as Trade Secrets |

|(Company Name) | |

ACKNOWLEDGED BY:

| |( ) |

|Signature |Telephone |

| | |

|Print Name and Title |Date |

| |

|Address |

| |

| | | |

|City |State |Zip |

|Firm: | |

REFERENCE LIST

Provide a list of at least five (5) customers for whom you have recently provided similar services (preferably California State or local government agencies). Be sure to include addresses and phone numbers.

|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 RFP.

GENERAL REQUIREMENTS

ISSUING AGENT: This RFP has been issued by County of Fresno Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFP, its content, and all issues concerning it. Bidders/Vendors are specifically directed NOT to contact any other County personnel for meetings, conferences or technical discussions related to this RFP.

DEFINITIONS: The terms Bidder, Proposer, Contractor and Vendor are all used interchangeably and refer to that person, partnership, corporation, organization, agency, etc. which is offering the proposal and is identified on the "Provider" line of the Proposal Identification Sheet.

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

RFP CLARIFICATION AND REVISIONS: Any revisions to the RFP will be issued and distributed as written addenda.

FIRM PROPOSAL: All proposals shall remain firm for at least one hundred eighty (180) days.

PROPOSAL PREPARATION: Proposals should be submitted in the formats shown under "PROPOSAL CONTENT REQUIREMENTS" section of this RFP.

County of Fresno will not be held liable or any cost incurred by bidders responding to RFP.

SUPPORTIVE MATERIAL: Additional material may be submitted with the proposal as appendices. Any additional descriptive material that is used in support of any information in your proposal must be referenced by the appropriate paragraph(s) and page number(s).

Bidders are asked to submit their proposals in a binder (one that allows for easy removal of pages) with index tabs separating the sections identified in the Table of Contents. Pages must be numbered on the bottom of each page.

Any proposal attachments, documents, letters and materials submitted by the vendor shall be binding and included as a part of the final contract should your bid be selected.

TAXES: The quoted amount must include all applicable taxes. If taxes are not specifically identified in the proposal it will be assumed that they are included in the total quoted.

SALES TAX: Fresno County pays California State Sales Tax in the amount of 7.975% regardless of vendor's place of doing business.

INTERPRETATION OF RFP: Vendors must make careful examination of the requirements, specifications and conditions expressed in the RFP and fully inform themselves as to the quality and character of services required. If any person planning to submit a proposal finds discrepancies in or omissions from the RFP or has any doubt as to the true meaning or interpretation, correction thereof may be requested in writing from Purchasing, a minimum of eight (8) County business days prior to the bid closing date. Any change in the RFP will be made only by written addendum, duly issued by the County. The County will not be responsible for any other explanations or interpretations.

RETENTION: County of Fresno reserves the right to retain all proposals, excluding proprietary documentation submitted per the instructions of this RFP, regardless of which response is selected.

ORAL PRESENTATIONS: Each finalist may be required to make an oral presentation in Fresno County and answer questions from County personnel.

AWARD/REJECTION: The award will be made to the vendor offering the overall proposal deemed to be to the best advantage of the County. The County shall be the sole judge in making such determination. The County reserves the right to reject any and all proposals. The lowest bidders are not arbitrarily the vendors whose proposals will be selected.

County Purchasing will chair or co-chair all award, evaluation and contract negotiation committees.

Award may require approval by the County of Fresno Board of Supervisors.

NEGOTIATION: The County will prepare and negotiate its own contract with the selected vendor, giving due consideration to the stipulation of the vendor's standard contracts and associated legal documents.

WAIVERS: The County reserves the right to waive any informalities or irregularities and any technical or clerical errors in any quote as the interest of the County may require.

TERMINATION: The County reserves the right to terminate any resulting contract upon written notice.

MINOR DEVIATIONS: The County reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected vendor.

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

ASSIGNMENTS: The ensuing proposed contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno.

BIDDERS LIABILITIES: County of Fresno will not be held liable for any cost incurred by vendors in responding to the RFP.

CONFIDENTIALITY: Bidders shall not disclose information about the County's business or business practices and safeguard confidential data which vendor staff may have access to in the course of system implementation.

DISPUTE RESOLUTION: The ensuing contract shall be governed by the laws of the State of California.

Any claim which cannot be amicably settled without court action will be litigated in the U. S. District Court for the Eastern District of California in Fresno, CA or in a state court for Fresno County.

NEWS RELEASE: Vendors shall not issue any news releases or otherwise release information to any third party about this RFP or the vendor's quotation without prior written approval from the County of Fresno.

BACKGROUND REVIEW: The County reserves the right to conduct a background inquiry of each proposer/bidder which may include collection of appropriate criminal history information, contractual and business associations and practices, employment histories and reputation in the business community. By submitting a proposal/bid to the County, the vendor consents to such an inquiry and agrees to make available to the County such books and records the County deems necessary to conduct the inquiry.

PERFORMANCE BOND: The successful bidders may be required to furnish a faithful performance bond.

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.

OWNERSHIP: The successful vendor will be required to provide to the County of Fresno documented proof of ownership by the vendor, or its designated subcontractor, of the proposed programs.

EXCEPTIONS: Identify with explanation, any terms, conditions, or stipulations of the RFP with which you CAN NOT or WILL NOT comply with by proposal group.

ADDENDA: In the event that it becomes necessary to revise any part of this RFP, addenda will be provided to all agencies and organizations that receive the basic RFP.

SUBCONTRACTORS: If a subcontractor is proposed, complete identification of the subcontractor and his tasks should be provided. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor.

CONFLICT OF INTEREST: The County shall not contract with, and shall reject any bid or proposal submitted by the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract:

1. Employees of the County or public agencies for which the Board of Supervisors is the governing body.

2. Profit-making firms or businesses in which employees described in Subsection (1) serve as officers, principals, partners or major shareholders.

3. Persons who, within the immediately preceding twelve (12) months, came within the provisions of Subsection (1), and who were employees in positions of substantial responsibility in the area of service to be performed by the contract, or participated in any way in developing the contract or its service specifications.

4. Profit-making firms or businesses in which the former employees described in Subsection (3) serve as officers, principals, partners or major shareholders.

5. No County employee, whose position in the County enables him to influence the selection of a contractor for this RFP, or any competing RFP, and no spouse or economic dependent of such employee, shall be employees in any capacity by a bidder, or have any other direct or indirect financial interest in the selection of a contractor.

6. In addition, no County employee will be employed by the selected vendor to fulfill the vendor’s contractual obligations to the County.

ORDINANCE 3.08.130 – POST-SEPARATION EMPLOYMENT PROHIBITED

No officer or employee of the County who separates from County service shall for a period of one year after separation enter into any employment, contract, or other compensation arrangement with any County consultant, vendor, or other County provider of goods, materials, or services, where the officer or employee participated in any part of the decision making process that led to the County relationship with the consultant, vendor or other County provider of goods, materials or services.

Pursuant to Government Code section 25132(a), a violation of the ordinance may be enjoined by an injunction in a civil lawsuit, or prosecuted as a criminal misdemeanor.

EVALUATION CRITERIA: Respondents will be evaluated on the basis of their responses to all questions and requirements in this RFP and product cost. The County shall be the sole judge in the ranking process and reserves the right to reject any or all bids. False, incomplete or unresponsive statements in connection with this proposal may be sufficient cause for its rejection.

SELECTION PROCESS: All proposals will be evaluated by a team consisting of representatives from appropriate County Department(s), and Purchasing. It will be their responsibility to make the final recommendations. Purchasing will chair or co-chair the evaluation or evaluation process.

Organizations that submit a proposal may be required to make an oral presentation to the Selection Committee. These presentations provide an opportunity for the individual, agency, or organization to clarify its proposal to ensure thorough, mutual understanding.

INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations assumed by Contractor under any ensuing Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor'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, supervise, or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor 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, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally required employee benefits. In addition, Contractor 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 the Agreement, Contractor may be providing services to others unrelated to the COUNTY or to the Agreement.

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.

PRICE RESPONSIBILITY: The selected vendor will be required to assume full responsibility for all services and activities offered in the proposal, 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.

ADDRESSES AND TELEPHONE NUMBERS: The vendor will provide the business address and mailing address, if different, as well as the telephone number of the individual signing the contract.

ASSURANCES: Any contract awarded under this RFP 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 RFP. 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 RFP. 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.

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.

This coverage shall be issued on a per claim basis. Contractor agrees that it shall maintain, at its sole expense, in full force and effect for a period of three (3) years following the termination of this Agreement, one or more policies of professional liability insurance with limits of coverage as specified herein.

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, Department of Public Health, P.O. Box 11867, Fresno, CA, 93775, Attn: Contracts Section, 6th Floor, 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.

AUDIT AND 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.

DEFAULT: In case of default by the selected bidder, the County may procure materials and services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County.

BREACH OF CONTRACT: In the event of breach of contract by either party, the other party shall be relieved of its obligations under this agreement and may pursue any legal remedies.

SAMPLE CONTRACT: Submitted as a part of bidder's response to the RFP, shall be a sample of the contract he is proposing with the County of Fresno. The tentative award of the contract is based on successful negotiation pending formal recommendation of award. Bidder is to include in response the names and titles of officials authorized to conduct such negotiations.

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.

APPEALS

Appeals must be submitted in writing within seven (7) working days after the review committee 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.

The Purchasing Manager will provide a written response to the complaint 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 the Purchasing Manager, he/she shall have the right to appeal to the Purchasing Agent within seven (7) business days after notification of Purchasing Manager’s decision.

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

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 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. |

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

| |

|(Authorized Signature) |

| |

|Title |

SPECIFIC TERMS AND CONDITIONS

ISSUING AGENT: This RFP has been issued by County of Fresno Purchasing. Purchasing shall be the vendor’s sole point of contact with regard to the RFP, its content, and all issues concerning it. Bidders/Vendors are specifically directed NOT to contact any other County personnel for meetings, conferences or technical discussions related to this RFP.

AUTHORIZED CONTACT: All communication regarding this RFP shall be directed to an authorized representative of County Purchasing. The specific buyer managing this RFP 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 RFP. Contact with any other County representative, including elected officials, for the purpose of discussing this RFP, 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 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.

VENDOR CONFERENCE: On June 27, 2008, at 10:00 a.m., a vendor's conference will be held in which the scope of the project and proposal 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. Addendum will be prepared and distributed to all bidders only if necessary to clarify substantive items raised during the bidders' conference.

VENDOR TOUR: The tour of the South Annex Adult Correctional Facility, located at 2280 Fresno St. (Fresno and M Streets), Fresno, California, may be conducted directly after the Vendor Conference. There are no weapons of any kind allowed on this tour and this facility is a “No Hostage” facility (see Attachment A).

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

NUMBER OF COPIES: Submit one (1) original and nine (9) copies of your proposal no later than the proposal acceptance date and time as stated on the front of this document to County of Fresno Purchasing. The cover page of each document is to be appropriately marked “Original” or “Copy”.

SELECTION COMMITTEE: All proposals will be evaluated by a team co-chaired by Purchasing. All proposals will be evaluated by a review committee that may consist of County of Fresno Purchasing, department staff, community representatives from advisory boards and other members as appropriate.

The proposals will be evaluated in a multi-stage selection process. Some bids may be eliminated or set aside after an initial review. If a proposal does not respond adequately to the RFP or the bidder is deemed unsuitable or incapable of delivering services, the proposal maybe eliminated from consideration. It will be the selection committee’s responsibility to make the final recommendation to the Department Head.

CONTRACT TERM: It is County's intent to contract with the successful bidder for a term of one (1) year with the option to automatically renew for up to four (4) 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.

PAYMENT: The County of Fresno may use Procurement Card to place and make payment for orders under the ensuing contract.

SCOPE OF WORK

|The County of Fresno is soliciting proposals for the supply of pharmaceutical prescriptions and consulting pharmacist services to the |

|following Fresno County sites: Adult Detention Facilities, Juvenile Justice Campus, Elkhorn Correctional Facility, the Chest Clinic, and the |

|Specialty Clinic. Approximately $2,000,000 annually has been expended in the current agreement for services. |

|Estimated Monthly Volume of Doses |Quantity |

|Chest Clinic |22,500-23,500 |

|Specialty Clinic |11,500-12,500 |

|Adult Detention Facilities |20,000-21,000 |

|Jail Psychiatric Services |10,000-12,000 |

|Juvenile Justice Campus |650-700 |

|Elkhorn Correctional Facility |100-150 |

GENERAL REQUIREMENTS

A. Prescriptions are to be filled for (30) day supply, unless otherwise indicated.

B. The contractor and authorized facility staff shall agree in writing upon a time of day by which online, written, telephone, and/or fax orders are to be received for same day delivery. Juvenile Justice Campus’s non-emergency (non-statim/non-STAT) deliveries shall be made the next day. Medical staff at the Juvenile Justice Campus order STAT medication approximately twelve (12) times annually. Orders placed before 2:00 p.m. will be delivered the following day no later than 10:00 a.m. Orders placed after 2:00 p.m. shall be delivered the second day no later than 10:00 a.m.

C. All deliveries made for adult inmates shall be made to the Main Jail. There is a temporary drop off yellow zone directly in front of the Main Jail entrance. For regular delivery of medications, the person who delivers the medications will enter the reception area and will leave the medications in a room off of the reception area that is accessible without having to wait in line. If the medication is STAT, the person will go to the front of the line and tell the Custody Officer (CO) that he/she has an emergency delivery of medications and will then directly hand the medication package to the CO. The CO will then call medical staff to advise them of the delivery.

D. All medications ordered for the Elkhorn or Juvenile Justice Campus facilities will be delivered to the JJC facility. The person making the delivery will park out front of the main entrance and will take the medications and give them directly to the CO at the reception desk.

E. STAT deliveries shall be made within one (1) to two (2) hours, depending on facility site, after receiving order, per California Code of Regulations, Title XXII, Section 77079.2. If pharmacy is unable to deliver the STAT medication within the timeframe specified, the pharmacy will immediately notify the facility and the facility will make alternative emergency arrangements. The vendor must report STAT requests not delivered within the one or two hour time limit to the County and indicate when the delivery will be made. Provisions are to be made for STAT deliveries at night and on weekends.

F. Contractor must supply three (3) copies of delivery manifest with all medication listing the full name of the patient, date of birth, drug name and strength, quantity dispensed, physician name, and charges. All copies of the delivery record are to be signed by the client and/or facility staff. One (1) copy shall be kept by the vendor, one (1) copy is for authorized facility staff or client, and one (1) copy will be sent with the billing invoice to Fresno County Human Services System Accounting Office.

G. Prescriptions for clients shall be prepared in a manner entirely like that used for the general public using a bubble pack card whenever possible. Some facility sites may need prescriptions prepared in a specific manner.

H. Each prescription shall be labeled in accordance with California Code of Regulations, Title XVI, Section 4076.

I. Vendor must complete the Sample List of Medications. Vendor must price out each item and list generic prices when available.

J. Generic substitution in prescriptions is required unless specified otherwise by a physician or if the substituted drug is not AB rated or better.

K. Provisions shall be made for return credit of any unused medications dispensed in the bubble pack cards provided this procedure is allowed by State and Federal Laws and Regulations. It is estimated that returns will be approximately 15-20% of total quantities ordered on an annual basis. Pharmaceuticals will be collected for return every week or two for vendor to pick-up.

L. Billings for services will be submitted on a monthly statement are to be organized by cost center, listing of full name of the patient, date of birth, Fresno County Medical Record Number or Jail Identification Number, date of service, prescription number, drug name and strength, quantity dispensed and charges. Invoices are to be sent to Fresno County Human Services Financial Services Office, Health Accounting, P.O. Box 11867, Fresno, California, 93775. Invoices will not be paid in a timely manner if information is missing or incorrect.

M. Contractor shall provide pharmaceutical waste management services for the medications the contractor supplies to the County. The contractor shall pick up pharmaceutical waste in accordance with existing local, State and Federal Regulations and Guidelines. The contractor shall pick up the products to be disposed within 24 hours of the facility’s request. Out of town contractors shall provide pre-labeled and return postage fees at no extra charge to the County.

N. Pharmaceutical waste products include all legend drugs and over-the-counter medications which are out of date or the facility no longer wishes to keep in inventory. Excluded are products from other vendors.

O. Contractor shall provide a Pharmaceutical Waste Management statement to the Division Manager of each division on a quarterly basis. The statement shall include the name, the strength, the quantity, and the prescription number of the disposed pharmaceutical products and the facility from which the medication(s) were returned.

P. Contracted Pharmacy shall bill based on published pricing (i.e. Medical Economics, Drug Topics, Red Book) Average Wholesale Price (AWP) minus a percentage. If contractor utilizes the First Data Bank website to obtain the published pricing, the contractor shall provide to the County and pay any fee associated with subscription and/or updated CDs of the reference material that the vendor uses from this website at no cost to the County. Any additional costs such as minimum per prescription, dispensing fees, and administrative fees should be included. Prices should not be based on acquisition costs. The AWP must be written out and a complete detailed explanation of the AWP must be regularly updated and sent to the Department of Public Health, P.O. Box 11867, Fresno, California, 93775 and to Fresno County Human Services System, Accounting Office. P.O. Box 11867, Fresno, California, 93775.

1. The vendor shall indicate whether they can invoice Medi-Cal (State Medicaid program) or Medicare. Vendor shall invoice third party payor sources when appropriate and obtain TAR’s (treatment authorization requests) when necessary and appropriate.

2. The vendor shall indicate if they are participants of the Federal 340B Drug Pricing Program.

Q. A quarterly report of statistical data on the thirty (30) most ordered medications by facility, in terms of prescriptions and dollars spent, must be sent to each facility site, to include a separate report for psychotropic medications.

R. Vendor shall provide consulting pharmacist services for the Communicable Disease Division’s Chest Clinic and Specialty Clinic, as well as the Jail Medical Services Division to include Jail Psychiatric Services, Juvenile Justice Campus Medical Services, and Elkhorn Medical Services.

1. Consulting pharmacist services must adhere to Business and Professions Code 4182, which includes, but is not, limited to the following:

a. The Consulting Pharmacist, in conjunction with the Director and/or Health Officer of the Public Health Department, shall develop and implement policies and procedures that detail the drug distribution service to ensure that inventories, security procedures training, protocol development, record keeping, packaging, labeling, dispensing, and patient consultation adhere to laws and regulations of the Board of Pharmacy.

b. The Consulting Pharmacist shall be required to visit Fresno County’s Department of Public Health, Communicable Disease Division’s clinics and Jail Medical Services Division’s detention facilities regularly and at least quarterly to review the application of said policies and procedures.

c. The Consulting Pharmacist shall certify, in writing, at least twice a year to the Department of Public Health’s Health Officer that the clinics and programs are or are not operating in compliance with the requirements of the California State Board of Pharmacy.

S. Divisions may request quarterly staff in-services regarding pharmaceuticals.

T. Consumer Product Information (CPI) sheets written in English and Spanish for all medications are to be made available upon request. If the vendor does not have CPI sheets in these languages, the vendor shall make arrangements to provide CPI sheets in the required languages.

Specific report requirements are identified under specific programs outlined herein.

COMMUNICABLE DISEASE DIVISION PROGRAMS

Specialty Clinic

Cost Center/Billing ID #56201660

1221 Fulton Mall, 1st Floor

Fresno, CA 93721

The Communicable Disease Division’s Specialty Clinic provides clinical services for patients needing family planning and treatment for sexually transmitted diseases and HIV/AIDS. The Specialty Clinic operates Monday through Friday from 8:00 a.m. to 5:00 p.m.

Chest Clinic

Cost Center/Billing ID#56201650

1221 Fulton Mall, 1st Floor

Fresno, CA 93721

The Communicable Disease Division’s Chest Clinic provides diagnosis and treatment to patients with active tuberculosis disease and latent tuberculosis infection. Multi-drug resistant tuberculosis is also treated within this clinical setting. The Chest Clinic operates Monday through Friday from 8:00 a.m. to 5:00 p.m.

The Communicable Disease Division’s Specialty and Chest Clinics require the following unique service specifications:

Prescriptions are to be delivered to licensed medical staff, with appropriate identification, between the hours of 8:00 a.m. and 5:00 p.m. Monday through Friday.

A. If vendor does not have a prescribed medication or supply available, vendor will attempt to supply as soon as possible and will promptly (no later than 12 hours after request by medical staff) advise medical staff via telephone communication of the expected delivery date.

B. The Chest Clinic and the Specialty Clinic require routine delivery within 24 hours. However, during emergencies, it is expected that orders placed with the vendor before noon, shall be delivered prior to 5:00 p.m. the same day. If orders are placed after noon, delivery shall occur before noon the following working day. The Chest and Specialty Clinics rarely, if ever, require STAT medications.

C. Prescriptions required will be delivered to staff at County facilities only. Prescriptions will not be delivered directly to patients. Deliveries will not be required at locations outside of County facilities.

D. The Specialty Clinic’s monthly volume of prescriptions is 100-150 per month, and the Chest Clinic’s monthly volume of prescriptions is 300-350 per month.

E. The Specialty Clinic and the Chest Clinic require patient-specific prescriptions for clients that shall be prepared in a manner entirely like that used for the general public, using a bubble pack card whenever possible. Some facility sites may need prescriptions prepared in a specific manner.

F. Upon request by County staff, vendor will supply an agreed upon method or form for staff to use to record and verify information (i.e. patient name, description of medication, and remaining quantity) for return of returnable bubble packs and issuance of applicable refund or credit by vendor. Vendor may verify this information against the pill card. Any applicable refund or credit will be issued by vendor within forty-five (45) days from County’s requested return date.

G. Billing for services/supplies provided will be submitted to the facility on a monthly statement listing patient name, date of birth, date of service, prescription number, medication name, strength, and quantity dispensed, and charges.

H. Upon provision of the appropriate information, vendor is required to first invoice Medi-Cal or other payer source, if applicable, as the preferred payer source prior to invoicing County.

I. Upon request by County staff, provide appropriate patient medication information sheets.

J. Vendor shall provide monthly printouts of all ordered medications and supplies. Each item shall include patient information or if item was for house stock. This information shall be in a mutually acceptable format so the County can use it to verify against manifests received with the medications.

K. Vendor shall be available for consultation regarding pharmaceutical issues and make quarterly inspections of pharmaceutical dispensing areas. Currently, there is an average of two (2) 15-minute telephone consultations per week.

JAIL MEDICAL SERVICES DIVISION PROGRAMS

Adult Detention Facilities

Cost Center/Billing ID #56201685

1225 M Street

Fresno, CA 93721

Jail Psychiatric Services

Cost Center/Billing ID #56201687

1225 M Street

Fresno, CA 93721

Juvenile Justice Campus Medical Services

Cost Center/Billing ID #56201684

3333 E. American Avenue

Fresno, CA 93725

Elkhorn Correctional Facility

Cost Center/Billing ID #56201683

500 E. Elkhorn Avenue

Caruthers, CA 93609

Jail Medical Services requires the following unique service specifications:

Pharmaceutical services are needed for the Department of Public Health, Jail Medical Services Division. The Jail Medical Service area currently serves an inmate population of approximately 3,400 at the Adult Facility with about 800 per month receiving medication. Juvenile Justice Campus Medical Services and Elkhorn Correctional Facility combined have approximately 525 juvenile wards. Of that 525, approximately 225 juvenile wards are receiving medications on a monthly basis. These prescriptions are delivered on a daily basis. It should be noted that the Jail Medical Services programs and facilities practice a “no hostage” policy (see Attachment A).

It is possible that the Elkhorn Correctional Facility will close during the 2008-09 fiscal year. Those wards currently at Elkhorn will be transferred to the Juvenile Justice Campus. Detention facilities are open 24 hours and will require medical delivery at an agreed upon time with the vendor for after business hours, STAT, or weekend requests. STAT deliveries are required on a one (1) hour to two (2) hour or “stat” basis including after business hours, holidays, and weekends. For each STAT order, the vendor will be required to provide an estimated response time for delivery of said order. Last year there were approximately 20 STAT requests for delivery annually from the Adult Detention Facilities and approximately twelve (12) or less STAT requests for emergency medications from medical staff at the Juvenile Justice Campus. Every effort is made by staff to make these requests during normal business hours. If Contractor is unable to deliver the requested medications, Contractor must subcontract with a pharmacy that can provide and deliver the requested medication within the timeframe set forth herein. These facilities require patient-specific prescriptions to be packaged in bubble packs or as ordered. Occasionally, medications are required in bulk.

The contract pharmacy must be willing to (1) provide stock Schedule II medications (e.g. Demerol) in bubble pack or as ordered, (2) provide house stock medications when an individual prescription is not indicated, such as certain intravenous medications not on hand, and (3) provide occasional medical supplies needed right away (supplies not routinely kept in stock) from a provider of Durable Medical Equipment.

Billing for services provided to the Jail Medical Services Divisions’ Adult Detention Facilities, Jail Psychiatric Services, Juvenile Justice Campus Medical Services, and Elkhorn Correctional Facility will be submitted to the using facility on a monthly statement listing patient name, date of birth, jail identification number (if applicable), date of service, prescription number, medication name, strength, and quantity dispensed or quantity provided, and charges. Separate billings shall be provided for services per each cost center/billing identification number.

Contracted pharmacy shall bill based on the published (Medical Economics, Drug Topics, Red Book) Average Wholesale Price minus a percentage. Any additional costs such as minimum per prescription, dispensing fees, and administrative fees should be included. Prices should not be based on acquisition costs.

Contracted pharmacy shall comply fully with all applicable Federal, State, and local laws and regulations and meet National Commission on Correctional Health Care (NCCHC), American Correctional Association (ACA) and Joint Commission on Accreditation of Health Care Organization (JCAHO) standards.

Prescriptions required by the Jail Medical Services Division will be delivered to staff at County facilities only. Prescriptions will not be delivered directly to patients. Deliveries will not be required at locations outside of County facilities.

Deliveries at the Jail Medical Services Division’s programs will require the vendor’s driver to inform correctional staff operating the detention facilities’ lobby that they are there with a delivery for Medical Services. Vendor and driver should anticipate a wait time for deliveries. Correctional staff will contact medical staff who will respond to the lobby to accept the delivery.

A. Requirements:

1. Inmate specific containers (i.e. bubble pack, etc)

2. Contractor shall provide an on-line order entry and paperless Medication Administration Record (MAR) system to the Department of Public Health’s Jail Medical Services Division as soon as services are established by the contractor. There will be no extra charge to the County for software, on-line services, or training of staff. Hardware will be provided by the County to include laptop computers, scanners, and internet access. The Jail Medical Services Division and the Communicable Disease Division are currently not able to transmit medication orders via e-mail.

3. The Contractor will work with the County to achieve the full capability of the on-line order entry and paperless MAR system in order to achieve the following:

a. Full integration with the Fresno County Sheriff’s Office’s Offendertrak jail inmate tracking system. Integration with this system will provide medical staff with the ability to browse the on-line MAR system to find inmates by location, Social Security Number, date of birth, name (last or entire name), and any previous medication record in the system. It will also include book-in, housing transfer, and book-out information. Also, the ability to delete and add new patients into the system.

b. To allow for the tracking of medications, inmate compliance, clinician approvals, medication history of inmates, allergy status, and any changes in medications. The ability to search for the medication that is appropriate for the patient.

c. Have the ability to scan via barcode, orders, to include refills, discontinue patient medications, and inventory checks on medications.

d. The ability to print out MARS and preparation lists. The ability of administrators to run reports, have access to and run reports of individual staff members use of the system. The ability to run reports of inmate compliance.

e. Controls to allow administrators to add or change authorized users to have access to the system. Password protected user controls. The ability of administrators to limit access to a “need to know” basis for each user.

f. The County of Fresno’s Department of Public Health will own and have access to any and all on-line records generated by means of the on-line order entry and paperless MAR system. These records will be made available for ten (10) years after the full term of the Agreement has expired. State and Federal Regulations will supersede the ten (10) year requirement.

4. Medication Delivery System: Vendor to provide ten (10) carts for the Adult Detention Facilities and six (6) for the Juvenile Justice Campus for a total of sixteen carts (16), at no charge to the County. The Adult Detention Facility contains the South Annex Jail (AJ), which has smaller hallways than the Main and North Jail hallways. Two (2) of the carts are required for the AJ facility. These carts (excluding wheels) need to be 37 inches high X 42 inches wide X 20.5 inches deep. The remaining fourteen (14) carts for the Main jail, North Jail, and Juvenile Justice Campus need to be 37 inches high X 48 inches wide X 24 inches deep. A higher and/or deeper cart may be acceptable depending on actual specifications. All carts must have the ability to be locked for security purposes.

5. Local back-up pharmacy that is available 365 days a year, 24 hours per day for STATS orders. Vendor is to indicate who their local back-up pharmacy is. The current back-up pharmacy is Longs Drugs.

6. Prescription, nonprescription, and intravenous solutions.

7. Stock cart for after hours. This cart is utilized to hold stock pharmaceuticals that may be needed during the evening and night hours.

8. On-site dispensary inspections and participation in Pharmacy and Therapeutic Meetings on a quarterly basis.

9. Two-part peel off labels for reordering manually, if the need arises due to website based system going off line.

10. STAT medication substitution. The vendor shall provide the means for Jail Medical Services to receive STAT medications even though the Vendor may not have the preferred generic medication in stock. The brand name medication is then substituted for the generic at no additional cost to the County.

11. Drug formulary development and maintenance (see Attachment B).

12. Contact person designated to handle Jail Medical Services’ orders.

13. 24-hour pharmacy information hot line. This hot line is mainly utilized to discuss urgent matters such as drug interactions.

B. Quarterly, annual, and/or monthly upon request reports to include:

1. Usage by drug and number of units for each line item supplied.

2. Usage by prescribing clinician.

3. Usage by patient/inmate name and jail identification number.

4. Usage by therapeutic category.

5. Usage of non-formulary drugs.

6. Usage of controlled substances.

7. Medications and quantity ordered but not supplied (outs).

8. Psychotropic usage report by physician.

9. Medical administration record.

10. Total doses per inmate dispensed.

11. Percentage of inmate on medications.

12. Percentage of inmates on psychotropics.

13. High to low usage by dollar amount.

14. High to low usage by quantity dispensed.

15. Medication classification report.

16. Cost containment recommendation report.

17. Stop date report.

18. Side effect and drug interaction report.

19. Notification of medications being reordered too soon.

C. Delivery of medications:

1. Shall be within 22 hours after cut-off time.

2. Shall be 7 days per week with rare Sunday deliveries necessary.

3. Out of stock medications shall be communicated by contracted pharmacy to local pharmacy that serves as back-up and delivered within 22 hours of original cut-off time. This information also shall be communicated to Jail Medical Services by 9:00 a.m. the day following receipt of the order by the contracted pharmacy. There shall be no additional charge for the supply of medications by back-up pharmacy in these cases.

4. Out of stock medications shall account for less than 0.5 % of total prescriptions.

D. Ordering medications:

1. Cut-off time shall be no earlier than 2:00 p.m. A 5:00 p.m. cut-off time is highly desirable.

2. Contracted pharmacy shall supply 7 fax machines (North Jail [1], Main Jail [3], South Annex Jail [1], Juvenile Justice Campus [1], and Elkhorn Correctional facilities [1]) at no charge to the County.

3. All components necessary for on-line ordering and access to web-based system will be provided by the contracted pharmacy.

4. Contracted pharmacy shall notify Jail Medical Services before refilling medications which are reordered more than 3 days early. Notification shall occur the same day medications are reordered.

5. Contracted pharmacy shall notify Jail Medical Services of patients’ allergy to ordered medications and significant drug interactions associated with ordered medications the same day ordered and prior to filling such orders.

6. All reorder forms necessary for manual reordering by fax, if necessary, will be provided by contracted pharmacy. They shall be composed of 2-part copies (an original and one copy). Reorder labels shall be easily removed from the original label and self-adhering to a reorder sheet, which shall be supplied by contracted pharmacy.

7. Liquid medications (e.g. anti-psychotics) shall be supplied in pre-measured unit dose form.

8. All unused medications, whether they are outdated or not, shall be returned for full credit and suitable mailing/return containers including mailing labels shall be supplied by contracted pharmacy. Two-part peel off labels for reordering manually, if the need arises due to website based system going off line.

9. Contracted pharmacy shall supply medications in patient specific prescriptions (i.e. bubble packs, unit dose/pencil cases) with at least a 10 day supply for maintenance medications and less/more for specific medications previously specified by Jail Medical Services.

10. Contracted pharmacy shall use the attached current jail formulary and select the least expensive generic product. However, generic products must be A or AB rated.

The Vendor is to provide ten (10) carts for the Adult Detention Facilities and six (6) for the Juvenile Justice Campus, for a total of sixteen carts (16), at no charge to the County. An example of an acceptable cart is shown below and is an example only. The Vendor shall be responsible for any necessary repair or replacement of the carts during the contract period. The Adult Detention Facility contains the South Annex Jail (AJ), which has smaller hallways than the Main and North Jail hallways. Two (2) carts are required for the AJ facility. These carts (excluding wheels) need to be 37 inches high X 42 inches wide X 20.5 inches deep. The remaining fourteen (14) carts for the Main jail, North Jail, and Juvenile Justice Campus need to be 37 inches high X 48 inches wide X 24 inches deep. A higher and/or deeper cart may be acceptable depending on actual specifications. All carts must the ability to be locked for security purposes.

| |[pic] | |[pic] | |

COST PROPOSAL

|Vendor Name: | |

Contracted pharmacy shall bill based on the published (Medical Economics, Drug Topics, Red Book) Average Wholesale Price (AWP) minus a percentage. Any additional costs such as minimum per prescription, dispensing fees, and administrative fees should be included. Prices should not be based on acquisition costs. Please identify all cost components of total charges.

|AWP Publication Name: | |

Explain advantages of using this reference book as opposed to other publications:

| |

| |

| |

|Discount fee for services/supplies | |

|Brand Name |% |

|Generic |% |

|Minimum cost per prescription |$ |

|Administrative cost/management fee |$ |

|Dispensing fees |$ |

|STAT charges, if any |$ |

|Disposal fees, if any |$ |

|Other (please explain what services are included in “Other” and the charges/costs associated with services). |$ |

| |

| |

| |

| |

| |

| |

| |

COMMUNICABLE DISEASE DIVISION SAMPLE LIST OF MEDICATIONS

(15 Most Frequently Ordered Monthly)

Vendor must price out each item per dosage (i.e. tablet, capsule, single dose syringe or single dose vial) and list generic prices when available unless substituted drug is not AB rated or better. Fresno County is currently operating under tight fiscal constraints. Vendor is encouraged to recommend potential cost saving mechanisms in a supplemental response to this RFP (i.e. price rebates, changes in practice, etc.). The NDC# and price of generic brands are to be listed along with the brand name medications.

|Drug, Strength, Dosage |NDC# |Monthly Volume Of Doses|Unit Price | |Extended Price |

|Isoniazid 300 mg tablet |1341-363-03 |1,227 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Pyridoxine 50 mg tablet |50704-0007 |9,000 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Rifadin 300 mg capsule |54569-0295 |5,700 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Myambutol 400 mg tablet |54569-3070 |5,100 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Pyrazinamide 500 mg tablet |54569-3950 |4,200 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Isoniazid 100 mg tablet |54569-2942 |3,300 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Rifadin 150 mg capsule |12634-861-78 |1,050 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Trecator 250 mg tablet |54569-5909 |930 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Seromycin 250 mg capsule |51479-019-01 |810 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Levaquin 500 mg tablet |54569-4915 |600 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Myambutol 100 mg tablet |51129-5015 |600 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Avelox 400 mg tablet |67296-0154 |360 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Diphenhydramine HCL 25 mg capsule |54569-0239 |300 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Mycobutin 150 mg capsule |00013-5301 |180 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Tubersol 5/0.1 ml injections |11793-7522-1S |575 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

| | | | | | |

|Subtotals: |

|Brand Name Drugs = | | |$ | |$ |

|Generic Drugs = | | |$ | |$ |

NOTE: The term “tablets” or “capsules” refers to pills in their solid form as opposed to comparable liquid or dissolvable forms.

JAIL MEDICAL SERVICES DIVISION SAMPLE LIST OF MEDICATIONS

(15 Most Frequently Ordered Monthly)

NOTE: Jail Medical Services does not order bottled prescriptions as the inmates stay in the detention facility is often unknown at the time of booking. Prescriptions are filled using bubble packs and unused portions are returned to vendor for credit. Vendor must price out each item per dosage (i.e. tablet, capsule, single dose syringe or single dose vial) and list generic NDC number and prices when available unless substituted drug is not AB rated or better. Fresno County is currently operating under tight fiscal constraints. Vendor is encouraged to recommend potential cost saving mechanisms in a supplemental response to this RFP (i.e. price rebates, changes in practice, etc.).

|Drug, Strength, Dosage |NDC# |Monthly Volume Of |Unit Price | |Extended Price |

| | |Prescriptions | | | |

|Advil, Motrin, Nuprin 800 mg tablets |54554569-4320 |3767 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|B&L Sensitive Eyes Solution |N/A |3550 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|BenGay, Icy Hot, Mentholatum Deep Heat Oin. |N/A |2258 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Aleve, Anaprox, Naprosyn 500 mg tablet |55154-3804 |2258 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Bacitracin Zinc U/D 500/gm Oint. |24208-555-55 |2160 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Phenytoin 100 mg capsuel |57866-6438 |2130 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Lisinopril 10 mg tablet |54569-5434 |1880 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Albuterol 90 mcg aer |59772-6175 |1853 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Lorcet, Lortab, Norco, Vicodin 500-5 |54569-2736 |1803 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Glucophage 500 mg tablet |54569-4202 |1760 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Neurontin 300 mg capsuel |62584-085-47 |1674 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Zoloft 50 mg tablet |54569-3724 |1665 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Ultram HCL 50 mg tablet |55154-1910 |1541 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Aristocort A, Aristocort HP, Kenalog, Triderm 0.1% cream |54868-0966 |1500 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Dilantin Extended 100 mg capsule |00071-0369 |1358 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Subtotals: |

|Brand Name Drugs = | | |$ | |$ |

|Generic Drugs = | | |$ | |$ |

NOTE: The term “tablets” or “capsules” refers to pills in their solid form as opposed to comparable liquid or dissolvable forms.

JAIL PSYCHIATRIC SERVICES DIVISION SAMPLE LIST OF MEDICATIONS

(15 Most Frequently Ordered Monthly Doses)

Vendor must price out each item per dosage (i.e.: tablet) and list generic NDC number and prices when available unless substituted drug is not AB rated or better. Fresno County is currently operating under tight fiscal constraints. Vendor is encouraged to recommend potential cost saving mechanisms in a supplemental response to this RFP (i.e. price rebates, changes in practice, etc.).

|Drug, Strength, Dosage |NDC# |Monthly Volume Of Doses |Unit Price | |Extended Price |

|Sertraline HCL 50 mg tablet |00228-2722 |1665 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Lithium Carbonate 300 mg capsule |13411-383-09 |930 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Paxil 10 mg tablet |00029-3210 |900 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Zyprexa 5 mg tablet |66105-801-23 |780 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Effexor 75 mg tablet |00339-6034 |777 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Depakote 500 mg tablet |00074-7126 |660 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Zoloft 15 mg tablets |54569-4529 |628 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Depakote 250 mg tablets |00074-6214 |540 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Remeron 30 mg tablets |55154-1651 |540 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Effexor 37.5 mg tablet |54569-4131 |540 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Valproic Acid 250 mg capsule |10888-2120 |524 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Paxil 20 mg capsule |54569-3810 |510 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Remeron 15 mg tablet |55154-1650 |450 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Prozac 20 mg capsule |54569-1732 |411 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Geodon 40 mg capsule |68115-930 |244 |$ | |$ |

|Generic Brand (If applicable) | | |$ | |$ |

|Subtotals: |

|Brand Name Drugs = | | |$ | |$ |

|Generic Drugs = | | |$ | |$ |

|Communicable Disease Subtotal | |

|Brand Name Subtotal = |$ |

|Generic Brand Subtotal = |$ |

|Jail Medical Services Subtotal | |

|Brand Name Subtotal = |$ |

|Generic Brand Subtotal = |$ |

|Jail Psychiatric Services Subtotal | |

|Brand Name Subtotal = |$ |

|Generic Brand Subtotal = |$ |

| | |

|BRAND NAME TOTAL = |$ |

|GENERIC NAME TOTAL = |$ |

NOTE: The term “tablets” or “capsules” refers to pills in their solid form as opposed to comparable liquid or dissolvable forms.

PROPOSAL CONTENT REQUIREMENTS

Bidders are requested to submit their proposals in a binder (one that allows for easy removal of pages) with index tabs separating the sections identified. Each page should be numbered.

Merely offering to meet the specifications is insufficient and will not be accepted. Each bidder shall submit a complete proposal with all information requested. Supportive material may be attached as appendices. All pages, including the appendices, must be numbered.

The content and sequence of the proposals will be as follows:

I. PROPOSAL IDENTIFICATION SHEET (as provided)

II. COVER LETTER: A one-page cover letter and introduction including the company name and address of the bidder and the name, address and telephone number of the person or persons to be used for contact and who will be authorized to make representations for the bidder.

A. Whether the bidder is an individual, partnership or corporation shall also be stated. It will be signed by the individual, partner, or an officer or agent of the corporation authorized to bind the corporation, depending upon the legal nature of the bidder. A corporation submitting a proposal may be required before the contract is finally awarded to furnish a certificate as to its corporate existence, and satisfactory evidence as to the officer or officers authorized to execute the contract on behalf of the corporation.

III. TABLE OF CONTENTS

IV. CONFLICT OF INTEREST STATEMENT: The Contractor may become involved in situations where conflict of interest could occur due to individual or organizational activities that occur within the County. In this section the bidder should address the potential, if any, for conflict of interest and indicate plans, if applicable, to address potential conflict of interest. This section will be reviewed by County Counsel for compliance with conflict of interest as part of the review process. The Contractor shall comply will all federal, state and local conflict of interest laws, statutes and regulations.

V. TRADE SECRET ACKNOWLEDGMENT:

A. Sign and return

VI. EXCEPTIONS: This portion of the proposal will note any exceptions to the requirements and conditions taken by the bidder. If exceptions are not noted, the County will assume that the bidder's proposals meet those requirements. The exceptions shall be noted as follows:

A. Exceptions to General Requirements.

B. Exceptions to Background/Scope of Work.

C. Exceptions to Specific Terms and Conditions.

D. Exceptions to Proposal Content Requirements.

VII. VENDOR COMPANY DATA: This section should include:

A. A narrative which demonstrates the vendor’s basic familiarity or experience with problems associated with this service/project.

B. Descriptions of any similar or related contracts under which the bidder has provided services.

C. Descriptions of the qualifications of the individual(s) providing the services.

D. Any material (including letters of support or endorsement) indicative of the bidder's capability.

E. A brief description of the bidder's current operations, and ability to provide the services.

F. Reference List (form provided)

G. Copies of all permits and accreditations applicable to pharmaceutical retail businesses (i.e. Nonresident Pharmacy Permit, Pharmacy Retail License), as well as copies of resumes, licenses, and DEA certificates for all applicable staff.

H. Copies of the audited Financial Statements for the last three (3) years for the agency or program that will be providing the service(s) proposed. If audited statements are not available, complied or reviewed statements will be accepted with copies of three years of corresponding federal tax returns.

I. Describe any terminated contracts for services similar to vendor’s current bid for the RFP and provide the following:

1. Agency contract with

2. Date of original contract

3. Reason for termination

4. Contact person and telephone number for agency

J. Describe any pending lawsuits or legal actions:

1. Location filed, name of court and docket number

2. Nature of the lawsuit or legal action

K. Describe any past payment problems with the County:

1. Funding source

2. Date(s) and amount(s)

3. Resolution

4. Impact to financial viability of organization.

VIII. SCOPE OF WORK:

A. Bidders are to use this section to describe the essence of their proposal.

B. This section should be formatted as follows:

1. A general discussion of your understanding of the project, the Scope of Work proposed and a summary of the features of your proposal.

2. A detailed description of your proposal as it relates to each item listed under the "Scope of Work" section of this RFP. Bidder's response should be stated in the same order as are the "Scope of Work" items. Each description should begin with a restatement of the "Scope of Work" item that it is addressing. Bidders must explain their approach and method of satisfying each of the listed items.

C. When reports or other documentation are to be a part of the proposal a sample of each must be submitted. Reports should be referenced in this section and submitted in a separate section entitled "REPORTS."

D. A complete description of any alternative solutions or approaches to accomplishing the desired results.

IX. REPORTS: Samples of reports referenced in Section VIII.C. should be displayed in this section.

X. COST PROPOSAL: Quotations may be prepared in any manner to best demonstrate the worthiness of your proposal. Include rates for all services, materials, equipment, etc. to be provided under the proposal.

AWARD CRITERIA

COST

A. As submitted under the "COST PROPOSAL" section.

CAPABILITY AND QUALIFICATIONS

A. Projected cost for services.

B. The bidder demonstrates knowledge of laws, regulations, statutes, and effective operating principles affecting prescription pharmacies that are required to provide this service.

C. The amount of demonstrated experience in providing the services desired in a California County.

D. Bidder’s ability to provide pharmaceuticals and related services, including STAT pharmaceuticals, within the schedule set forth herein.

E. Bidder’s experience in servicing correctional facilities and public health clinics.

F. Staff experience as exhibited in the resumes of the bidder’s licensed staff.

G. Bidder’s ability to dispense in a bubble-pack card whenever possible.

H. Bidder’s ability to describe their proposed method for compliance (i.e. subcontractor, alternatives, options, exception, etc.) in response to this RFP.

MANAGEMENT PLAN

A. Is the organizational plan and management structure adequate and appropriate for overseeing the proposed services?

attachment a

JAIL no hostage policy

|EFFECTIVE DATE: |12-18-89 |REVISED: |08-06-90, 12-25-94, 05-06-96, 09-01-99 |

|APPROVED BY: |Sheriff R. Pierce |

|AUTHORITY: |Title 15, Section 1029(a)(6)(B) and P.C. 236. |

|PURPOSE: |

|The purpose of this policy is to establish procedures which provide for the resolution of a hostage-taking incident while preserving the |

|safety of staff, public, inmates, and hostages, and maintaining facility security. |

|POLICY: |

|The Fresno County Sheriff's Department Detention Bureau maintains a NO HOSTAGE FACILITY and will not consider bargaining with hostage |

|takers for ANY reason. |

|It is the policy of the Fresno County Sheriff's Department Detention Bureau that once any staff member is taken hostage, they immediately |

|lose their authority and any orders issued by that person will not be followed regardless of their rank or status. |

|It is the policy of the Fresno County Sheriff's Department Detention Bureau that the primary responsibility of all staff members in a |

|hostage situation is to protect every person involved, if possible, from serious injury or death. |

|PROCEDURES: |

|DEFINITION |

|HOSTAGE SITUATION: any staff member, citizen or inmate held against their will by another person for the purpose of escape, monetary gain|

|or any reason which may place an individual in danger of losing life or suffering serious injury. |

|NOTIFICATIONS, CONTAINMENT AND CONTROL OF THE SITUATION |

|Emergency procedures and notifications shall be implemented as per Emergency Planning procedures (B-101/FILE: EMERGNCY). |

|B. Additionally, the Watch Commander will notify the Patrol Watch Commander and apprise them of the incident. The Patrol Watch Commander |

|may be requested to activate the established Department Hostage Negotiation Team, outside support agencies, equipment, personnel and |

|dispatch a detective to the scene for the crime report. |

|DURING NEGOTIATIONS |

|While at the scene, the Hostage Negotiation Team members will conduct all verbal or written communications between the hostage taker(s) and|

|the Incident Commander. The Hostage Negotiation Team will immediately notify the Incident Commander of any changes in the following |

|situations: |

|Hostage status |

|Incident changes and developments |

|Hostage taker(s) demands |

|Any and all pertinent information concerning the incident |

|Staff members at the scene not actively involved with negotiations will not act or speak out to the hostage taker(s) or hostages. |

|The Incident Commander, in conjunction with the Bureau Commander, will formulate a plan to take the necessary actions, using the |

|appropriate force, to terminate the hostage situation in the event negotiations fail. Hostage safety will be of paramount concern. |

attachment b

medication formulary

Jail Medical Services

|ANALGESICS |

|Acetaminophen (Tylenol) |325 mg/tablet |

|Aspirin, enteric coated |325 mg/tablet |

|Ketorolac injection (Toradol) |60 mg/2 ml |

|Ibuprofen (Motrin) |400 & 800 mg/tablet |

|Naproxen (Naprosyn) |250 & 500 mg/tablet |

|Sulindac (Clinoril) |200 mg/tablet |

|Indomethacin (Indocin) |25 mg/capsule |

|Salsalate (Disalcid) |500 mg/tablet |

|Tramadol (Ultram) |50 mg/tablet |

|Acetaminophen/codeine (Tylenol with Codeine) |325/30 mg/tablet |

|Acetaminophen/codeine elixir (Tylenol with Codeine) |120/12.5 mg/5 ml |

|Propoxyphene napsylate/acetaminophen (Davocet-N 100) |100/650 mg/tablet |

|Hydrocodone/acetaminophen (Vicodin) |5/500 mg/tablet |

|Methadone (Dolophene) |5 & 10 mg/tablet |

|Morphine injection |10 mg/10 m. amp |

|ANESTHETICS - LOCAL |

|Bupivicaine incection (Marcaine) |2 % |

|Lidocaine injection (Xylocaine) |1 % & 2 % |

|Lidocaine/epinephrine injection (Xylocaine) |2 %/0.001 % |

|Lidocaine solution (Xylocaine Viscous) |2% |

|ANTIBIOTICS |

|Amoxicillin |250 mg/capsule |

|Amoxicillin/clavulanate (Augmentin) |250/125 mg/capsule |

|Dicloxacillin (Dynapen) |250 & 500 mg/capsule |

|Penicillin V (Pen Vee K) |500 mg/tablet |

|Penicillin V suspension (Pen Vee K) |250 mg/5 ml |

|Benzathine Penicillin G (Bicillin LKA) |2.4 mu/injection |

|Cephradine (Velosef) |500 mg/capsule |

|Cefazolin (Ancef) |1 g/vial |

|Cephalexin (Keflex) |250 mg/capsule |

|Cefuroxime (Ceftin) |250 & 500 mg/capsule |

|Ceftriaxone (Rocephin) |250 & 1000 mg/vial |

|Doxycycline (Vibramycin) |100 mg/capsule |

|Tetracycline |250 mg/capsule |

|Nystatin Oral Suspension (Mycostatin) |100,000 u/ml |

|Ketoconazole (Nizoral) |250 mg/tablet |

|Fluconazole (Diflucan) |100 mg/tablet |

|Ethambutol (Myambutol) |400 mg/tablet |

|Isoniazid (INH) |300 mg/tablet |

|Rifampin (Rifadin) |300 mg/capsule |

|Rifampin/Isoniazid (Rifamate) |300/150 mg/capsule |

|Pyrizinamide (PZA) |500 mg tablet |

|Erythormycin (Ery Tabs) |250 mg/tablet |

|Clarithromycin(Biaxin) |250 & 500 mg/tablet |

|Clindamycin (Cleocin) |150 mg/capsule |

|Azithromycin (Zithromax) |250 mg/tablet |

|Ciprofloxacin (Cipro) |50 mg/tablet |

|Sulfamethoxazole/trimethoprim (Bactrim DS) |800/160 mg tablet |

|Metronidazole (Flagyl) |250 & 500 mg/tablet |

|Nitrofurantoin Macrocrystals (Macrobid) |100 mg/capsule |

|ANTICHOLINERGICS |

|Benztropine Mesylate (Cogentin) |1 & 2 mg/tablet |

|Benztropine Mesylate injection (Cogentin) |1 mg/ml |

|Trihexyphenidyle Elixir (Artane) |2 mg/5 mg |

|ANTICOAGULANTS |

|Warfarin (Coumadin) |1, 2.5, & 5 mg/tablet |

|Heparin |100 u/ml |

|ANTICONVULSANTS |

|Carbamazepine (Tegretol) |200 mg/tablet |

|Valproic Acid (Depakene) |250 mg/capsule |

|Valproic Acid Syrup (Depakene) |250 mg/5 ml |

|Divalproex (Depakote) |250 mg/tablet |

|Phenobarbital |30 & 60 mg/tablet |

|Phenobarbital Elixir |30 mg/7.5 ml |

|Clonazepam (Klonipen) |0.5 & 1.0 mg/tablet |

|Phenytoin (Dilantin) |100 mg/capsule |

|Phenytoin Suspension (Dilantin) |125 mg/5 ml |

|Gabapentin (Neurontin) |100 & 300 mg/capsule |

|ANTIDEPRESSANTS |

|Amitriptyline (Elavil) |25 & 50 mg/tablet |

|Doxepin Concentrate (Sinequan) |10 mg/ml |

|Nortriptyline Liquid (Aventyl) |10 mg/5 ml |

|Trazodone (Desyrel) |50 & 100 mg/tablet |

|Fluoxetine (Prozac) |10 & 20 mg/capsule |

|Paroxetine (Paxil) |10 & 20 mg/tablet |

|Sertraline (Zoloft) |50 & 100 mg/tablet |

|Citalopram (Celexa) |20 & 40 mg/tablet |

|Bupropion (Wellbutrin) |75 & 100 mg/tablet |

|Bupropion hydrochloride (Wellbutrin SR) |75, 100, & 150 mg/tablet |

|Mirtazapine (Remeron) |15 & 30 mg/tablet |

|Venlafaxine Hydrochloride (Effexor XR) |37.5, 75, & 150 mg/tablet |

|ANTIDIABETIC AGENTS |

|Glyburide (Micronase) |2.5 mg/tablet |

|Glipizde (Glucotrol) |5 mg/tablet |

|Human Insulin, NPH injection (Humulin-N) |100 u/ml |

|Human Insulin, regular injection (Human-R) |100 u/ml |

|Metformin (Glucophage) |500 mg/tablet |

|ANTIHISTAMINES & DECONGESTANTS |

|Chlorpheniramine timed release (Chlor-Trimeton Allergy) |8 mg/tablet |

|Diphenhydramine (Benadryl) |25 & 50 mg/capsule |

|Hydroxyzine (Vistaril) |25 mg/capsule |

|Hydroxyzine Pamoate Suspension (Vistaril) |25 mg/5 ml |

|Dexbrompheniramine/pseudoephedrine Sustained Release (Drixoral) |6/120 mg/tablet |

|Triprolidine/pseudoephedrine (Actifed) |2.5/60 mg/tablet |

|Thenylpropanolamine/pseudoephedrine Sustained Release (Drixoral) |6/120 mg/tablet |

|Pseudoephedrine (Sudafed) |60 mg/tablet |

|Meclizine (Antivert) |25 & 50 mg/tablet |

|ANTIPSYCHOTICS |

|Chlorpromazine (Thorazine) Concentrate |100 mg/ml |

|Chlorpromazine (Thorazine) |50 & 100 mg/tablet |

|Fluphenazine Concentrate (Prolixin) |5 mg/ml |

|Thioridazine Concentrate (Melleril) |100 mg/ml |

|Fluphenazine Decanoate Injection (Prolixin Decanoate) |25 mg/ml |

|Haloperidol Concentrate ( Haldol) |2 mg/ml |

|Haloperidol Injection (Haldol) |5 mg/ml |

|Haloperidol (Haldol) |1 mg/tablet |

|Haloperidol Decanoate Injection (Haldol Decanoate) |50 mg/ml |

|Thiothixene Concentrate (Navane) |5 mg/ml |

|Risperidone (Risperdal) |1 & 2 mg/tablet |

|Olanzapine (Zyprexa) |2.5, 5, & 10 mg/tablet |

|Quetiapine (Seroquel) |25 & 100 mg/tablet |

|Clozapine (Clozaril) |25 & 100 mg/tablet |

|Perphenazine/Amitriptyline (Triavil) |2/25 & 4/25 mg/tablet |

|Lithium Citrate Liquid (expressed as Li Carbonate equiv.) |300 mg/5 ml |

|Lithium Carbonate Slow Release (Lithobid) |300 mg/tablet |

|Tofranil (Imipramine) |25-150 mg tablet |

|*NOTE: Carbamazepine And Valproate are listed under Anticonvulsants. |

| | |

|ANTIVIRALS |

|All FDA approved HIV antivirals | |

|ANXIOLYTIC/SEDATIVE-HYPNOTIC AGENTS |

|Lorazepam injection (Ativan) |2 mg/ml |

|Lorazepam (Ativan) |.05 & 1 mg/tablet |

|Oxazepam (Serax) |10, 15, & 30 mg/capsule |

|Diazepam injection (Valium) |5 mg/ml |

|Chlordiazepoxide (Librium) |25 mg/capsule |

|Buspirone (BuSpar) |5 & 10 mg/table |

|ASTHMA MEDICATIONS |

|Metaproterenol Solution (Alupent) |.06%, 2.5 ml |

|Metaproterenol Aerosol (Alupent) |0.65 mg/inhal, 10 ml |

|Terbutaline (Brethine) |2.5 mg/tablet |

|Albuterol Aerosol (Proventil) |90 mcg/inhal, 17 g; 0.083% 2.5 mg/3 ml |

|Ipatropium Aerosol (Atrovent) |18 mcg/inhal, 14 g; 0.02%0.5 mg/2.5 ml |

|Triamcinolone Aerosol (Azmacort) |100 mcg/inhal, 20 g |

|Theophylline Timed Release (Theo-Dur) |200 & 300 mg/tablet |

|Beclomethasone (Vanceril) |42 mcg/inal, 16.9 g |

|Fluticasone Propionate (Flovent) |44, 110, 220 mcg inhal |

|Salmeterol Xinafoate (Serevent) |25 mcg/inhal, 6.5 g |

|CARDIOVASCULAR MEDICATIONS |

|Antihypertensives | |

|Clonidone (Catapres) |0.1 mg/tablet |

|Metoprolol (Lopressor) |50 mg/tablet |

|Propranolol (Inderal) |10 & 40 mg/tablet |

|Atenolol (Tenormin) |50 mg/tablet |

|Nadolol (Corgard) |20, 40, & 80 mg/tablet |

|Enalapril (Vasotec) |5 mg/tablet |

|Captopril (Capoten) |25 mg/tablet |

|Lisinopril (Zestril) |5 & 10 mg/tablet |

|Benazepril (Lotensin) |5, 10, & 20 mg/tablet |

|Losartan (Cozaar) |25 & 50 mg/tablet |

|Dilitazem Sustained Release (Cardizem SR) |120 & 180 mg/capsule |

|Nifedipine (Procardia) |10 mg/capsule |

|Nifedipine Sustained Release (Procardia XL) |30 & 60 mg/tablet |

|Amolodipine (Norvasac) |5 & 10 mg/tablet |

|Inotropic Agents | |

|Digoxin (Lanoxin) |0.125 & 0.25 mg/tablet |

|Nitrate Vasodilators | |

|Isosorbide Dinitrate (Isordil Titradose) |5 & 10 mg/tablet |

|Nitroglycerin Sublingual (NTG) |0.4 mg/tablet |

|CORTICOSTEROIDS |

|Prednisone |5 & 20 mg/tablet |

|Triamcinolone Acetonide Injection (Kenalog-40) |40 mg/ml |

|Triamcinolone In Dental Paste (Kenalog in Orabase) |0.1 % |

|DIURETICS |

|Hydrochlorothiazide (Hydrodiuril) |25 mg/tablet |

|Furosemide (Lasix) |20 & 40 mg/tablet |

|Furosemide injection (Lasix) |20 mg/ml |

|Triamterene/hydrochlorothiazide (Dyazide) |50/25 mg/capsule |

|Spironolactone (Aldactone) |25 & 50 mg/tablet |

|DERMATOLOGICAL PREPARATIONS |

|Antibiotics | |

|Bacitracin Ointment (Baciguent) |5000 u/g |

|Silver Sulfadiazine Cream (Silvadene) |10 mg/g |

|Mupirocin Ointment (Bactroban) |2 % |

|Antifungal | |

|Clotrimazole Cream (Lotrimin, Gyne-Lotrimin) |1 % |

|Tolnaftate Cream, Powder, Spray (Tinactin) |1% |

|Antiviral | |

|Acyclovir Ointment (Zovirax) |5 % |

|Corticosteroids | |

|Hydrocortisone Cream |1 % |

|Triamcinolone Cream & Ointment (Kenalog) |0.1 % |

|Keratolytic Agents | |

|Benzoyl Peroxide Cream (Benzac 5) |5 % |

|Selenium Sulfide Shampoo (Selsun) |2.5 % |

|Podophyllin Resin intr. Benzoin (Podocon-25, Podofin) |25 % |

|Clindamycin Phosphate Topical |1% |

|Erythromycin Topical Solution |2 % |

|Scabicides/Pediculocides | |

|Lindane Lotion (Kwell) |1 % |

|Lindane Shampoo (Kwell) |1 % |

|Pyrethrins/piperonyl butoxide Technical Shampoo (RID) |.03 % / 3 % |

|Permethrin Liquid (Nix) |1 % |

|Permethrin Cream (Elimite) |5 % |

|Miscellaneous | |

|Methyl salicylate/Menthol Ointment (Analgesic Balm) | |

|Coal Tar Liquid (Balnetar) |2.5 % |

|GASTROINTESTINAL MEDICATIONS |

|Antacids | |

|Aluminum Hydroxide (Alu-Cap) |400 mg/capsule |

|Aluminum Hydroxide/magnesium hydroxide susp. (Maalox) |225/200 mg/5 ml |

|Calcium Carbonate (Tums) |500 mg/tablet |

|Antiemetics | |

|Hydroxyzine Injection (Vistaril) |25 mg/ml |

|Meclizine (Antivert) |25 mg/tablet |

|Metoclopramide (Reglan) |10 mg/tablet |

|Metoclopramide (Reglan) |5 mg/ml |

|Prochlorperazine Suppositories (Compazine) |25 mg/supp. |

|Prochlorperazine injection (Compazine) |5 mg/ml |

|Trimethobenzamide Suppositories (Tigan) |200 mg/supp. |

|Trimethobenzamide injection (Tigan) |100 mg/ml |

|Antidiarrheals | |

|Attapulgite suspension (Kaopectate Advanced Formula) |600 mg/15 ml |

|Loperamide (Imodium) |2 mg/capsule |

|Gastric Acid Suppressants | |

|Cimetidine (Tagament) |400 mg/tablet |

|Famotidine (Pepcid) |20 mg/tablet |

|Lansoprozole Delayed Release (Prevacid) |15 & 30 mg/capsule |

|Laxatives/Cathartics | |

|Magnesium Hydroxide Suspension (Milk of Magnesia) |7-8.5 % |

|Bisacodyle (Dulcolax) |5 mg/tablet |

|Bisacodyl Suppository (Dulcolax) |10 mg/supp. |

|Sod. Phos./Sod. Biphos (Fleet Phospho-soda) |18 / 48 g/100 ml |

|Docusate (DSS, Colace) |250 mg/capsule |

|Psyllium Hydrophilic Mucilloid (Metamucil) | |

|Lactulose (Cephulac) |10 g/15 ml |

|Mineral Oil | |

|Miscellaneous | |

|Atropine, Scopolamine, Hyoscyamine, pb (Donnatal) |0.0194/0.0065/0.1037/16.2 mg/tablet |

|Atropine, Scopolamine, Hyoscyamine, pb (Donnatal) |0.0194/0.0065/0.1037/16.2 mg/5 ml |

|Bismuth Subsalicylate (Pepto-Bismol) |262 mg/tablet |

|GOUT MEDICATIONS |

|Colchicine |0.6 mg/tablet |

|Allopurinol (Zyloprim) |300 mg/tablet |

|Probenecid (Benemid) |500 mg/tablet |

|HORMONES |

|Conjugated Estrogens (Premarin) |0.625 & 1.25 mg/tablet |

|Medroxyprogesterone Acetate (Provera) |2.5 & 5 mg/tablet |

|Medroxyprogesterone Acetate Injection (Depo-Provera) |150 mg/ml |

|Insuline Injection (Humulin R, Novolin R) |100 u/ml |

|Isophane Insulin Suspension/NPH (Humulin N, Novolin N) |100 u/ml |

|Ortho-tri-cyclen (Lo/ovral – 28) | |

|IMMUNIZATIONS/VACCINES/SKIN TESTS |

|Tetanus Immune Globulin Injection (Hyper-Tet) |250 u/syringe |

|Diptheria/Tetanus Toxoid, Absorbed (for adult use) |2 Lf u/5 Lf u/.05 ml |

|Tuberculin Purified Protein Derivative (Mantoux, PPD) |5TU/0.5 ml |

|Skin Test Antigens, Multiple (Multitest CAI) | |

|OPHTHALMICS |

|Proparacaine Solution (Alcaine) |0.5 % |

|Neomycin/polymyxin/bacitracin Ointment (Neosporin) |3.5 mg/10k u/400 u/g |

|Neomycin/polymyxin/gramicidin Solution (Neosporin) |1.75 mg/10k U/0.25 mg/g |

|Sulfacetamide Sodium Solution (Sodium Sulamyd) |10 & 30 % |

|Tobramycin Solution (Tobrex) |0.3 % |

|Tobramycin Ointment (Tobrex) |3.5 mg/g |

|Dexamethasone Solution (Decadron) |0.1 % |

|Dexamethasone Ointment (Decadron) |0.05 % |

|Prednisolone Solution (Pred Forte) |1 % |

|Hydroxypropylmethylcellulose Solution (Isopto Tears) |0.5 % |

|Tomolol Solution (Timoptic) |0.25 & 0.5 % |

|Naphazoline/antazoline Solution (Vasocon A) |0.05 % 0.5% |

|Dexamethasone/neomycin/polymyxin B Suspension (Maxitrol) |0.1 %/0.35 %/ 10,000 u/ml |

|Desamethasone/neomycin/polymyxin G Ointment (Maxitrol) |0.1 %/0.35 %/ 10,000 u/g |

|OTICS |

|Neomycin/polymyxin/HC Suspension (Cortisporin) |5 mg/ml/10 k u/ml 1 % |

|Acetic Acid Solution (Vosol) |2 % |

|Ofloxacin Solution (Ocuflox) |3 mg/ml |

|SKELETAL MUSCLE RELAXANTS |

|*None | |

|THYROID PREPARATIONS |

|Levothyroxine (S`ynthroid) |0.1, 0.125, & 0.15 mg/tablets |

|Propylthiouracil (PTU) |50 mg/tablets |

|VITAMINS |

|Multivitamin |tablet |

|Prenatal Vitamins |tablet |

|Thiamine (B-1) |100 mg/tablet |

|Thiamine Injection |100 mg/ml |

|Pyridoxine (B-6) |50 mg/tablet |

|Phytonadione Injection (AguaMEPHYTON) |10 mg/ml |

|Folic Acid |0.4 & 1 mg/tablets |

|MISCELLANEOUS |

|Pemoline (Cylert) |18.75, 37.5, & 75 mg/tablet |

|Methylphenidate (Ritalin) |5, 10, & 20 mg/tablet |

|Methylphenidate Sustained Release (Ritalin SR) |20 mg/tablet |

|Phenazopyridine (Pyridium) |200 mg/tablet |

|Hydrocortisone Suppositories (Anusol-HC) |25 mg/supp. |

|Ferrous Sulfate (Feosol) |325 mg/tablet |

|Potassium Chloride Controlled Release (K-Tab) |10mEq/tablet |

|Caffeine/ergotamine (Cafergot) |100/1 mg/tablet |

|Lipase, Protease, & Amylase (Pancrease) |4/25/20 (x1000) u/capsule |

|Pravastatin (Pravachol) |10, 20, & 40 mg/tablet |

|Methylergonovine (Methergine) |0.2 mg/tablet |

|STAT MEDICATIONS |

|Activated Charcoal Liquid |208 mg/ml |

|Epinephrine Injection (Adrenalin) |1 mg/ml |

|Diphenhydramine Injection (Benadryl) |50 mg/ml |

|Naloxone Ijnection (Narcan) |0.4 mg/ml |

|Diazepam Injection (Valium) |10 mg/2 ml |

|Dextrose Injection |50%, 50 ml |

|Glucagon Powder for Injection with Diluent |1 mg/ml |

|Potassium Chloride Injection |2 mEq/ml, 20 ml |

|Terbutaline Injection (Brethine) |1 mg/ml |

|Ammonia Inhalent |Ampules |

|Furosemide Injection (Lasix) |20 mg/2 ml |

|Ipecac Syrup |30 ml/bottle |

COMMUNICABLE DISEASE DIVISION

|LA Bicillin Penicillin |2.4 mu |

|Clotrimazole |45 g |

|Depo-Provera |150 mg |

|Diflucon Fluconazole |150 mg |

|Doxycycline |100 mg |

|Erythromycin |500 mg |

|Ethambutol |400 mg |

|Ethionamide |250 mg |

|Floxin |300 mg |

|Ibuprofen |200 mg |

|Isoniazid |100 mg |

|Isoniazid |300 mg |

|Levaquin |500 mg |

|Metronidazole (Flagyl) |500 mg |

|Nitrofurantion (Macroda) |100 mg |

|Pyradoxine (Vit B-6) |50 mg |

|Pyrazinamide (PZA) |500 mg |

|Rifabutin |150 mg |

|Rifamate |300 mg |

|Rifampin |150 mg |

|Rifampin |300 mg |

|Sulfamethoxazole/Trimethoprim |160 mg |

|Zithromax |250 mg |

|Zithromax Powder IGM |1 g |

CHECKLIST OF VENDOR’S ATTACHMENTS

| |Proposal Identification Sheet |

| | |

| |Curriculum vitae, resume or other documentation |

| | |

| |Insurance Certificate |

| | |

| |Certificate of existence of Corporation |

| | |

| |Names and license numbers of the registered pharmacist on staff |

| | |

| |Cost Proposal |

| | |

| |Any other required licenses |

| | |

| |Sample List of Medications |

| | |

| |Trade Secret Acknowledgement |

| | |

| |Reference List |

| | |

| |Proposed Format for Fresno County Invoice |

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

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

Google Online Preview   Download