901083 rfp pharmacy benefit management€¦  · web view · 2013-02-26340b program administration...

66
**IMPORTANT NOTICE** The format of this RFP has been simplified. Only the following pages require signatures: 1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance page a. Must be signed by Bidder 2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet a. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting to a SLEB

Upload: ngothu

Post on 29-May-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

**IMPORTANT NOTICE**

The format of this RFP has been simplified. Only the following pages require signatures:

1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance pagea. Must be signed by Bidder

2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheeta. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting

to a SLEB

Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date.

Page 2: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

COUNTY OF ALAMEDAREQUEST FOR PROPOSAL No. 901083

for

Pharmacy Benefit Management

For complete information regarding this project, see RFP posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or

contact the County representative listed below. Thank you for your interest!

Contact Person: Gina Temporal, Contracts Specialist I

Phone Number: (510) 208-9606

E-mail Address: [email protected]

RESPONSE DUEby

2:00 p.m.on

April 9, 2013at

Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907

Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

Exhibit A – RFP No. 901083Page 2

Page 3: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

COUNTY OF ALAMEDAREQUEST FOR PROPOSAL No. 901083

SPECIFICATIONS, TERMS & CONDITIONSfor

Pharmacy Benefit Management

TABLE OF CONTENTSPage

I. STATEMENT OF WORK 4A. INTENT 4B. SCOPE4C. BIDDER QUALIFICATIONS 5D. SPECIFIC REQUIREMENTS FOR SERVICES TO BE PROVIDED 5E. DELIVERABLES / REPORTS 9

II. CALENDAR OF EVENTS 11F. NETWORKING / BIDDERS CONFERENCES 11

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 12G. EVALUATION CRITERIA / SELECTION COMMITTEE 12H. CONTRACT EVALUATION AND ASSESSMENT 18I. NOTICE OF INTENT TO AWARD 18J. TERM / TERMINATION / RENEWAL 19K. QUANTITIES 20L. PRICING 20M. AWARD 21N. METHOD OF ORDERING 23O. INVOICING 23P. ACCOUNT MANAGER / SUPPORT STAFF 24

IV. INSTRUCTIONS TO BIDDERS 24Q. COUNTY CONTACTS 24R. SUBMITTAL OF PROPOSALS 25S. RESPONSE FORMAT 28

ATTACHMENTS

EXHIBIT A – BID RESPONSE PACKETEXHIBIT B – INSURANCE REQUIREMENTSEXHIBIT C – VENDOR BID LIST

Page 4: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe the pharmacy benefit management (PBM) services (Services) required by Alameda County Behavioral Health Care Services. The County intends to award a three-year contract (with option to renew) to the bidder(s) selected as the most responsible bidder(s) whose response conforms to the RFP and meets the County’s requirements.

B. SCOPE

Alameda County Behavioral Health Care Services (BHCS) is the county-operated provider serving approximately 50,000 patients annually with serious and persistent mental illness through its system of care. BHCS administers this care through a combination of county-operated community support centers, and contracts with private community-based organizations. Currently, there is a network of approximately 45 psychiatrists serving uninsured, MediCal and MediCare patients (adults, youths and children) at nearly 40 programs as well as at certain day treatment and transitional age youth programs. Additionally, under the Affordable Care Act, BHCS has added 15 programs under its Low Income Health Plan (LIHP) called the Health Program of Alameda County (HealthPAC) Behavioral Health Care Specialty Service, expanding its coverage of uninsured patients requiring mental health treatment.

BHCS is the payer of last resort when it is determined that the patient being served does not qualify for programs sponsored by government agencies such as MediCal & MediCare.

The Vendor will administrate coverage for all prescriptions written for uninsured and HealthPAC Behavioral Health Care Specialty Service patients seen by the network prescribers of BHCS. In addition, Vendor will provide these services for Medi-Cal clients with a denied medication Treatment Authorization Request (TAR) or Share of Cost (SOC), Medicare Part D clients whose medication is non-formulary or a denied appeal, and Medicare Part D clients’ medication co-pays. The Vendor will also administer BHCS use of drug companies’ Patient Assistance Programs (PAP) and the Federal 340B drug purchasing program.

RFP No. 901083Page 4

Page 5: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

During the 2011-2012 fiscal year, BHCS provided a total of approximately 20,000 prescriptions for 10,250 uninsured patients, filled through 45 retail pharmacies, with no mail prescriptions filled. Pharmaceuticals costs were estimated to be $1.2 million.

C. BIDDER QUALIFICATIONS

Vendor minimum qualification criteria include, but are not limited, to the following:

1. Vendor shall have been in the business of providing PBM services to agencies similar to BCHS (public and/or government agencies) for a minimum of five (5) years.

2. Vendor shall have at least two (2) years of experience working with a governmental healthcare program preferably with mental health experience.

a. Vendor shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFP.

D. SPECIFIC REQUIREMENTS FOR SERVICES TO BE PROVIDED

Vendor must have the abilities and provide services as follows:

1. Transparency and Full Pass Through: Provide transparent, full pass-through pricing, including discounts. This is to be demonstrated by invoices showing, for each prescription, the amount billed to the County and the amount paid to the pharmacy.

2. Compensation:

a. Per Paid Claim Adjudication Fee: Bill the County a per-paid claim adjudication fee, but no fee for either claim rejections or reversals;OR

b. PMPM Pricing: Provide per member per month (PMPM) pricing for adjudication fees.

3. Claims Adjudication: Provide on-line, point of service, electronic claims adjudication for prescriptions 24 hours daily, 7 days per week.

RFP No. 901083Page 5

Page 6: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

4. Consumer Access and Services: Provide a network of geographically and culturally diverse pharmacies specific to meet the needs of Alameda County residents, this shall include:

a. Pharmacies that are language-capable pharmacies in the network must include:

(1) Cambodian;

(2) Chinese;

(3) Farsi;

(4) Japanese;

(5) Spanish; and

(6) Vietnamese.

b. Extended hour pharmacy coverage ;

c. Weekend coverage;

d. Delivery services;

e. Blister-packing/Specialty packing; and

f. At least one network pharmacy in each city and populated unincorporated area of Alameda County.

5. Eligibility Upload: The ability to update patient eligibility through web-based eligibility and FAX as frequently as required by BHCS, not less than a minimum daily basis. Groups to be populated presently include, but are not limited to:

a. Uninsured adults, children or transitional age youth (TAY), including clients with an unmet MediCal share of cost (Level I);

b. HealthPAC Behavioral Health Care 9) (Levels II & III);

c. Medically Indigent Adult (MIA) Medication Program using Patient Assistance Programs (PAPs);

d. Medicare Part D Coordination of Benefit (COB); and

RFP No. 901083Page 6

Page 7: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

e. Urgent uninsured children or TAY for specific day treatment programs.

6. 340B Third Party Administration: The capacity to implement and maintain a 340B drug purchasing program, including contracting, managing virtual inventories and replenishment, verification of patient and clinic program eligibility, maintaining accurate pricing, and preventing drug diversion and duplicate discounts/rebates.

7. Electronic Health Record (EHR) Interface: The flexibility to interface with BHCS’ new EHR currently under development.

8. Eligibility Requirements: The ability to administer the BHCS’ eligibility requirements, including, but not limited to verification that:

a. Each Patient is a County-authorized patient;

b. Each prescriber is a County-authorized prescriber;

c. Each medication is on at least one of the BHCS formularies;

d. If a medication is available as a generic, that it is dispensed as a generic medication, even if it is prescribed as a brand-named medication; and

e. Approval of medication prior authorization (PA), and the procedure for placing a PA.

9. Program Design: Maintain the following on an on-going basis as directed by BHCS.

a. Specific eligibility groups as defined by BHCS;

b. BHCS formularies and prescribing guidelines/requirements;

c. Network of prescribers;

d. Network of pharmacies; and

e. Eligibility upload (see #5 above).

10. Prescription Claims Data: Prescription claims data transmission on a monthly basis, not to exceed 12 times per fiscal year; and, no more than three (3) business days after the close of the month.

RFP No. 901083Page 7

Page 8: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

11. Monthly Billing: Invoicing to BHCS for payment on a monthly cycle, not to exceed 12 times per fiscal year.

12. Reversal Process: Conduct Reversal Process as directed by BHCS on a monthly basis. BHCS will identify incorrectly billed prescription claims by network pharmacies when other coverage was available (“Reversals”). Reversals shall be done by vendor as requested by BHCS, reverse the claim or confirm that claim billing to the County has been reversed.

13. Paper or Manual Claims: Vendor must process eligible paper or manual claims within 30 days of submission by eligible pharmacies.

14. Account management & customer service: Provide responsive account management and customer services to the County and pharmacies. This shall include, but not be limited to, meeting the following requirements:

a. Provide BHCS a dedicated experienced account coordinator responsible for the overall Contract requirements, terms and problem resolution. This person must:

(1) Be available Monday thru Friday from 8:30 a.m. – 5:00 p.m.

(2) Provide a cell phone or pager number for emergencies/disaster support, with response time within one (1) hour.

(3) Meet with the County Pharmacy Director (Director) or designee as requested and needed.

(4) Maintain, during off hours, a toll-free voice mail recording system, with all messages answered within the next business day.

a. For BHCS network pharmacies:

(1) Provide Toll-free telephone & FAX lines for customer service (Help Line), availability Monday thru Friday from 8:30 a.m. – 6:00 p.m. PST, with additional hours over the weekend.

(2) Conduct periodic, at minimum annual, retail pharmacy surveys. Consult with the Director on survey criteria prior to conducting survey.

RFP No. 901083Page 8

Page 9: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

15. Medi-Cal-covered Patients: Ensure network pharmacies coordinate benefits (COB) for patients covered through Medi-Cal with:

a. Medi-Cal SOC;

a. Medication TAR submission, including:

(1) Non-covered Medi-Cal medications; and

(2) Over six (6) prescriptions per consumer.

b. Follow all procedures established by BHCS related to processing claims for either an unmet SOC or a (verified) denied TAR from the State related to payments from the County.

16. MediCare Part D-covered Patients: Ensure network pharmacies coordinate benefits (COB) for patients covered through MediCare Part D, and for formulary-covered medications, ensuring that payment from the County only occurs for:

a. Medication co-pays;

b. Medication cost-sharing; and

c. Denied medication appeals.

17. Promptly Process Rebates: Distribute to BHCS on a quarterly basis all rebates collected on BHCS’ behalf for medications dispensed through this contract. The County is requiring a minimum 90% County/10% PBM split. These rebates will be paid to BHCS no later than six (6) months after claim adjudication date, and will be accompanied with supportive documentation.

18. Training: Provide training to County staff and other users identified by the Director for its web-based ad hoc user query system at no cost to the County and to its users.

19. Performance Guarantees: Vendor must agree to develop performance guarantees with BHCS, based on the PBM service expectations. These guarantees will be evaluated on a quarterly basis, and if not met, will have a monetary penalty payable to the County in the following quarter.

RFP No. 901083Page 9

Page 10: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

20. Business Associates Agreements/HIPAA Compliance: Vendor must be HIPAA compliant, including taking all actions necessary to be compliant with business associates requirements.

E. DELIVERABLES / REPORTS

1. Vendor must provide an ad hoc web-based query tool that is user-friendly for reviewing prescription claims data, including National Council for Prescription Drug Programs (NCPDP) fields and be able to generating reports 24 hours after claim adjudication. The query tool must be available 24 hours daily, 7 days per week, and be able to download reports into Excel.

2. Vendor shall use basic programmed reports, downloadable in Excel that can be generated in query tool within a user-identified period. Programmable reports shall include those defined by:

a. Medication name (including all medications);

b. Prescriber DEA Number (including all prescribers);

c. Patient identifier (including all patients); and

d. By specific account.

3. Vendor shall provide training and have educational and technical support, as directed by the County and will be available at no cost, including when there is a change in staff, specific to the use of the web-based query tool.

4. Vendor must demonstrate the web-based query tool if invited to the Vendor Oral Interview. The vendor must come prepared with a test database to allow the CSC to run reports using the vendor’s web query tool and evaluate how the query tool works.

RFP No. 901083Page 10

Page 11: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued February 26, 2013 Written Questions Due by 5:00 p.m. on March 12, 2013Networking/Bidders Conference #1

March 11, 2013 @ 10:00 a.m.

at: General Services AgencyRoom 1107, 11th Floor1401 Lakeside DriveOakland, CA 94612

Networking/Bidders Conference #2

March 12, 2013 @ 2:00 p.m. at: Social Services AgencyShooting Star A #63724100 Amador StreetHayward, CA 94545

Addendum Issued March 26, 2013Response Due April 9, 2013 by 2:00 p.m.Evaluation Period April 9-30, 2013Vendor Interviews April 29-30, 2013*Notice of Intent to

AwardMay 7, 2013

*Board Letter Issued May 24, 2013*Board Award Date June 25, 2013*Contract Start Date July 1, 2013*Transition Period July 1-31, 2013*Services to Start Date August 1, 2013

Note: *These dates are approximate and subject to change.

A. NETWORKING / BIDDERS CONFERENCES

Networking/bidders conferences will be held to:

3. Provide an opportunity for Small Local Emerging Businesses (SLEBs) and large firms to network and develop subcontracting relationships in order to participate in the contract(s) that may result from this RFP.

4. Provide an opportunity for potential bidders to ask specific questions about the project and request RFP clarification.

RFP No. 901083Page 11

Page 12: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

5. Provide the County with an opportunity to receive feedback regarding the project and RFP.

Questions will be addressed, and the list of attendees will be included, in an RFP Addendum following the networking/bidders conferences.

Potential bidders are strongly encouraged to attend networking/bidders conferences in order to facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the vendor awarded the contract from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. EVALUATION CRITERIA / SELECTION COMMITTEE

All proposals will be evaluated by a County Selection Committee (CSC). The County Selection Committee may be composed of County staff and other parties that may have expertise or experience in pharmacy benefit management services. The CSC will recommend award to the bidder in accordance with the evaluation criteria set forth in this RFP. The evaluation of the proposals shall be within the sole judgment and discretion of the CSC.

All contact during the evaluation phase shall be through the GSA–Purchasing Department only. Bidders shall neither contact nor lobby evaluators during the evaluation process. Attempts by any bidder to contact and/or influence members of the CSC may result in disqualification of that bidder.

The CSC will evaluate each proposal meeting the qualification requirements set forth in this RFP. Bidders should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments, or unrealistically high or low in cost, will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of the County’s requirements as set forth in this RFP.

Bidders are advised that in the evaluation of cost it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

RFP No. 901083Page 12

Page 13: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

As a result of this RFP, the County intends to award a contract to the responsible bidder(s) whose response conforms to the RFP and whose bid presents the greatest value to the County, all evaluation criteria considered. The combined weight of the evaluation criteria is greater in importance than cost in determining the greatest value to the County. The goal is to award a contract to the bidder(s) that proposes the County the best quality as determined by the combined weight of the evaluation criteria. The County may award a contract of higher qualitative competence over the lowest priced response.

The basic information that each section of the proposal should contain is specified below, these specifications should be considered as minimum requirements. Much of the material needed to present a comprehensive proposal can be placed into one of the sections listed. However, other criteria may be added to further support the evaluation process whenever such additional criteria are deemed appropriate in considering the nature of the goods and/or services being solicited.

Each of the Evaluation Criteria below will be used in ranking and determining the quality of bidders’ proposals. Proposals will be evaluated according to each Evaluation Criteria, and scored on the zero to five-point scale outlined below. The scores for all Evaluation Criteria will then be added, according to their assigned weight (below), to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project is five hundred fifty (550) points, including the possible fifty (50) points for local and small, local and emerging, or local preference points (maximum 10% of final score).

The evaluation process may include a two-stage approach including an initial evaluation of the written proposal and preliminary scoring to develop a short list of bidders that will continue to the final stage of oral presentation and interview and reference checks. The preliminary scoring will be based on the total points, excluding points allocated to references, oral presentation and interview.

If the two-stage approach is used, the four (4) bidders receiving the highest preliminary scores and/or with at least 222 points will be invited to an oral presentation and interview. Only the bidders meeting the short list criteria will proceed to the next stage of oral interview. All other bidders will be deemed eliminated from the process. All bidders will be notified of the short list participants; however, the preliminary scores at that time will not be communicated to bidders.

RFP No. 901083Page 13

Page 14: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

All bidders that proceed to the oral interviews will re-start with a score of 0. Proposals are evaluated and re-scored based on the oral presentation and interview, as well as the written proposal previously submitted.

The zero to five-point scale range is defined as follows:

0 Not AcceptableNon-responsive, fails to meet RFP specification. The approach has no probability of success. If a mandatory requirement this score will result in disqualification of proposal.

1 PoorBelow average, falls short of expectations, is substandard to that which is the average or expected norm, has a low probability of success in achieving objectives per RFP.

2 Fair Has a reasonable probability of success, however, some objectives may not be met.

3 Average

Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members.

4 Above Average / Good

Very good probability of success, better than that which is average or expected as the norm. Achieves all objectives per RFP requirements and expectations.

5 Excellent / Exceptional

Exceeds expectations, very innovative, clearly superior to that which is average or expected as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification.

The Evaluation Criteria and their respective weights are as follows:

Evaluation Criteria WeightA. Completeness of Response:

Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent Addenda and do not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria and will receive no further consideration.

Responses that are rated a Fail and are not considered may be picked up at the delivery location within 14 calendar days of contract award and/or the completion of the

Pass/Fail

RFP No. 901083Page 14

Page 15: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

competitive process. Financial Stability (See Exhibit A – Bid Response Packet) Pass/FailDebarment and Suspension:Bidders, its principal and named subcontractors are not identified on the list of Federally debarred, suspended or other excluded parties located at www.sam.gov . Pass/Fail

B. PBM Program:The ability to fully and successfully perform each of the program requirements contained in Section D of this RFP:1. Transparency and Full Pass Through (D, 1)2. PBM Services

a. Claims Adjudication (D, 3)b. Eligibility Upload of Groups (D, 5)c. 340B Program Administration ( D, 6)d. EHR Interface (D, 7)e. MediCal COB (D, 15)f. Medicare Part D COB (D, 16)g. Rebate Processing (D, 17)

3. Consumer Access and Services a. Pharmacy Network ( 4)b. Specialty Service Provision (D, 5)

4. Program Design a. Administer Program Eligibility Requirements ( D, 8)b. Maintain Program Design Requirements (D, 9) 16 Points

C. Savings:1. Pharmacy Benefit Management Costs Table (See Exhibit

A, Page 5) 20 PointsD. Account Management/Customer Services:

The ability to fully and successfully provide each of the account management and customer service requirements contained in Section D of this RFP:1. Dedicated Acct Coordinator (D, 14, a)2. Network Pharmacy Support (D, 14, b)3. Adjudicated Claims Data Transmission (D, 3)4. Monthly Billing Cycle (D, 11)5. Reversal Process ( D, 12)6. Paper/Manual Claims (D, 13)7. Training of County Personnel (D, 18)8. Performance Guarantees (D, 19) 15 Points

RFP No. 901083Page 15

Page 16: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

E. Deliverable/Reports:1. Web-based query tool (E, 1)2. Programed reports (E, 2)3. Training and support (E, 3) 15 Points

F. Cost:The points for Cost will be computed by dividing the amount of the lowest responsive bid received by each bidder’s total proposed cost.

While not reflected in the Cost evaluation points, an evaluation may also be made of:1. Reasonableness (i.e., does the proposed pricing

accurately reflect the bidder’s effort to meet requirements and objectives?);

2. Realism (i.e., is the proposed cost appropriate to the nature of the products and services to be provided?); and

3. Affordability (i.e., the ability of the County to finance the services).

Consideration of price in terms of overall affordability may be controlling in circumstances where two or more proposals are otherwise adjudged to be equal, or when a superior proposal is at a price that the County cannot afford. 20 Points

G. Implementation Plan and Schedule: The feasibility of Bidder’s implementation plan, including how it meets the County’s schedule. Consideration will be given for any identification and planning for mitigation of schedule risks which Bidder believes may adversely affect any portion of the County’s schedule. 2 Points

RFP No. 901083Page 16

Page 17: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

H. Relevant Experience:Proposals will be evaluated against the RFP specifications and the questions below:1. Do the individuals assigned to the project have

experience on similar projects?2. Are résumés complete and do they demonstrate

backgrounds that would be desirable for individuals engaged in the work the project requires?

3. How extensive is the applicable education and experience of the personnel designated to work on the project? 2 Points

I. References (See Exhibit A – Bid Response Packet) A short list process will be used, so references and scoring will only be performed on the short list vendors. No bidder will receive these points in the preliminary short list score. 5 Points

J. Oral Presentation and Interview:The oral presentation by each bidder shall not exceed sixty (60) minutes in length, inclusive of all questions from the CSC. The oral interview will allow time for a short presentation and consist of standard questions asked of each of the bidders and specific questions regarding the specific proposal. No bidder will receive these points in the preliminary short list score. 5 Points

SMALL LOCAL EMERGING BUSINESS PREFERENCE

Local Preference: Points equaling five percent (5%) of bidder’s total score, for the above Evaluation Criteria, will be added to the preliminary short lost score, which will become the bidder’s final score for the preliminary scoring. For bidders moving to oral interviews, points will be added to the total score after the oral interview, and this will be the bidder’s final score for purposes of award evaluation. Five Percent (5%)Small and Local or Emerging and Local Preference: Points equaling five percent (5%) of bidder’s total score, for the above Evaluation Criteria, will be added to the preliminary short lost score, which will become the bidder’s final score for the preliminary scoring. For bidders moving to oral interviews, points will be added to the total score after the oral interview, and this will be the bidder’s final score for purposes of award evaluation. Five Percent (5%)

RFP No. 901083Page 17

Page 18: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

B. CONTRACT EVALUATION AND ASSESSMENT

During the initial sixty (60) day period of any contract which may be awarded the CSC and/or other persons designated by the County may meet with the Contractor to evaluate services performance and to identify any issues or potential problems.

For this contract, this initial sixty (60) day period will be from the date services start, not the date the contract is entered into and the transition period. All rights of the County are for all time up to and through the initial sixty (60) day period, including the transition period.

The County reserves the right to determine, at its sole discretion, whether:

6. Contractor has complied with all terms of this RFP; and

7. Any problems or potential problems with the proposed services were evidenced which make it unlikely (even with possible modifications) that such services have met the County requirements.

If, as a result of such determination, the County concludes that it is not satisfied with Contractor, Contractor’s performance under any awarded contract and/or Contractor’s services as contracted for therein, the Contractor will be notified of contract termination effective forty-five (45) days following notice. Contractor shall be responsible for returning County facilities to their original state at no charge to the County. The County will have the right to invite the next highest ranked bidder to enter into a contract. The County also reserves the right to re-bid this project if it is determined to be in its best interest to do so.

C. NOTICE OF INTENT TO AWARD

8. At the conclusion of the RFP response evaluation process (“Evaluation Process”), all bidders will be notified in writing by e-mail or fax, and certified mail, of the contract award recommendation, if any, by GSA – Purchasing. The document providing this notification is the Notice of Intent to Award.

The Notice of Intent to Award will provide the following information:

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

RFP No. 901083Page 18

Page 19: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

9. At the conclusion of the RFP process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the requestor’s proposal.

a. Under no circumstances will any discussion be conducted with regard to contract negotiations with the successful bidder.

b. Debriefing may include review of successful bidder’s proposal with redactions as appropriate.

10. The submitted proposals shall be made available upon request no later than five (5) business days before the recommendation to award the contract is scheduled to be heard by the Board of Supervisors.

D. TERM / TERMINATION / RENEWAL

11. The term of the contract, which may be awarded pursuant to this RFP, will be three (3) years.

12. The County has and reserves the right to suspend, terminate or abandon the execution of any work by the Contractor without cause at any time upon giving to the Contractor prior written notice. In the event that the County should abandon, terminate or suspend the Contractor’s work, the Contractor shall be entitled to payment for services provided hereunder prior to the effective date of said suspension, termination or abandonment. The County may terminate the contract at any time without written notice upon a material breach of contract and substandard or unsatisfactory performance by the Contractor. In the event of termination with cause, the County reserves the right to seek any and all damages from the Contractor. In the event of such termination with or without cause, the County reserves the right to invite the next highest ranked bidder to enter into a contract or re-bid the project if it is determined to be in its best interest to do so.

13. The County may, at its sole option, terminate any contract that may be awarded as a result of this RFP at the end of any County Fiscal Year, for reason of non-appropriation of funds. In such event, the County will give Contractor at least thirty (30) days written notice that such function will not be funded for the next fiscal period. In such event, the County will return any associated equipment to the Contractor in good working order, reasonable wear and tear excepted.

RFP No. 901083Page 19

Page 20: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

14. By mutual agreement, any contract which may be awarded pursuant to this RFP, may be extended for an additional two-year term at agreed prices with all other terms and conditions remaining the same.

E. QUANTITIES

Quantities listed herein are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

F. PRICING

15. All pricing as quoted will remain firm for the term of any contract that may be awarded as a result of this RFP.

a. Prices quoted shall be firm for the first 12 months of any contract that may be awarded pursuant to this RFP.

b. Price escalation for the second and third years of any contract awarded as a result of this RFP shall not exceed the percentage increase stated by Bidder on the Bid Form, Exhibit A – Bid Response Packet.

16. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the County.

17. All prices are to be F.O.B. destination. Any freight/delivery charges are to be included.

18. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and County only after completion of the initial term.

19. Taxes and freight charges:

a. The County is soliciting a total price quoted for this project. The price quoted shall be the total cost the County will pay for this project including Sales, Use, or other taxes, and all other charges.

b. No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any other purpose, except taxes legally payable by County, will be paid by the County unless expressly included and itemized in the bid and subsequent contract.

RFP No. 901083Page 20

Page 21: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

c. Amount paid for transportation of property to the County of Alameda is exempt from Federal Transportation Tax. An exemption certificate is not required where the shipping papers show the consignee as Alameda County; as such papers may be accepted by the carrier as proof of the exempt character of the shipment.

d. Articles sold to the County of Alameda are exempt from certain Federal excise taxes. The County will furnish an exemption certificate.

20. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions.

21. Price quotes shall include any and all payment incentives available to the County.

22. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

23. Federal and State minimum wage laws apply. The County has no requirements for living wages. The County is not imposing any additional requirements regarding wages.

G. AWARD

24. Proposals will be evaluated by a committee and will be ranked in accordance with the RFP section entitled “Evaluation Criteria/Selection Committee.”

25. The committee will recommend award to the bidder who, in its opinion, has submitted the proposal that best serves the overall interests of the County and attains the highest overall point score. Award may not necessarily be made to the bidder with the lowest price.

26. Small and Emerging Locally Owned Business: The County is vitally interested in promoting the growth of small and emerging local businesses by means of increasing the participation of these businesses in the County’s purchase of goods and services.As a result of the County’s commitment to advance the economic opportunities of these businesses, Bidders must meet the County’s Small and Emerging Locally Owned Business requirements in order to be considered for the contract award. These requirements can be found online at:

RFP No. 901083Page 21

Page 22: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

http://acgov.org/auditor/sleb/overview.htm

For purposes of this bid, applicable industries include, but are not limited to, the following NAICS Code(s): 446110 as having no more than 500 employees over the last three (3) years.

An emerging business, as defined by the County, is one that has less than one-half (1/2) of the preceding amount and has been in business less than five (5) years.

27. The County reserves the right to reject any or all responses that materially differ from any terms contained in this RFP or from any Exhibits attached hereto, to waive informalities and minor irregularities in responses received, and to provide an opportunity for bidders to correct minor and/or immaterial errors contained in their submissions. The decision as to what constitutes a correctable error shall be made solely at the discretion of the County.

28. The County reserves the right to award to a single or multiple bidders.

29. The County has the right to decline to award this contract or any part thereof for any reason.

30. Board approval to award this contract is required.

31. A contract must be negotiated, finalized, and signed by the recommended awardee prior to Board approval.

32. The County will use its Standard Services Agreement to contract with the successful bidder. Final Standard Agreement terms and conditions will be negotiated with the selected bidder. Bidder may access a copy of the Standard Services Agreement template online at: http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdfThe template contains minimal Agreement boilerplate language only.

33. The RFP specifications, terms, conditions and Exhibits, RFP Addenda and Bidder’s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFP.

RFP No. 901083Page 22

Page 23: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

H. METHOD OF ORDERING

34. A written PO and signed Standard Agreement contract will be issued upon Board approval.

35. POs and Standard Agreements will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order.

36. POs and payments for products and/or services will be issued only in the name of Contractor.

37. Contractor shall adapt to changes to the method of ordering procedures as required by the County during the term of the contract.

38. Change orders shall be agreed upon by Contractor and County and issued as needed in writing by County.

I. INVOICING

39. Contractor shall invoice the requesting department, unless otherwise advised, upon satisfactory receipt of product and/or performance of services.

40. Payment will be made within thirty (30) days following receipt of invoice and upon complete satisfactory receipt of product and performance of services.

41. County shall notify Contractor of any adjustments required to invoice.

42. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery.

43. Contractor shall utilize standardized invoice upon request.

44. Invoices shall only be issued by the Contractor who is awarded a contract.

45. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs.

46. The County will pay Contractor monthly or as agreed upon, not to exceed the total price quoted in the bid response.

RFP No. 901083Page 23

Page 24: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

J. ACCOUNT MANAGER / SUPPORT STAFF

47. Contractor shall provide a dedicated competent account manager who shall be responsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding response to this RFP and any contract which may arise pursuant to this RFP.

48. Contractor shall also provide adequate, competent support staff that shall be able to service the County during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems.

49. Contractor account manager shall be familiar with County requirements and standards and work with Behavioral Health Care Services to ensure that established standards are adhered to.

50. Contractor account manager shall keep the County Specialist informed of requests from departments as required.

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA–Purchasing Department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded. Bidders shall not contact or lobby evaluators during the evaluation process. Attempts by a bidder to contact evaluators may result in disqualification of bidder.

RFP No. 901083Page 24

Page 25: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on March 12, 2013 to:

Gina Temporal, Contracts Specialist IAlameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected]: (510) 208-9606

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities.

B. SUBMITTAL OF PROPOSALS

51. All proposals must be SEALED and must be received at the Office of the Purchasing Agent of Alameda County BY 2:00 p.m. on the due date specified in the Calendar of Events.

NOTE: LATE AND/OR UNSEALED PROPOSALS CANNOT BE ACCEPTED. IF HAND DELIVERING BIDS PLEASE ALLOW TIME FOR METERED STREET PARKING OR PARKING IN AREA PUBLIC PARKING LOTS AND ENTRY INTO SECURE BUILDING.

Proposals will be received only at the address shown below, and by the time indicated in the Calendar of Events. Any proposal received after said time and/or date or at a place other than the stated address cannot be considered and will be returned to the bidder unopened.

All proposals, whether delivered by an employee of bidder, U.S. Postal Service, courier or package delivery service, must be received and time stamped at the stated address prior to the time designated. The Purchasing Department's timestamp shall be considered the official timepiece for the purpose of establishing the actual receipt of proposals.

RFP No. 901083Page 25

Page 26: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

52. Proposals are to be addressed and delivered as follows:

Pharmacy Benefit ManagementRFP No. 901083Alameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907 *Oakland, CA 94612

Bidder's name, return address, and the RFP number and title must also appear on the mailing package.

*PLEASE NOTE that on the proposal due date, a proposal reception desk will be open between 1:00 p.m. – 2:00 p.m. and will be located in the 1st floor lobby at 1401 Lakeside Drive.

53. Bidders are to submit one (1) original hardcopy bid (Exhibit A – Bid Response Packet, including additional required documentation), with original ink signatures, plus four (4) copies of their proposal. Original proposal is to be clearly marked “ORIGINAL” with copies to be marked “COPY”. All submittals should be printed on plain white paper, and must be either loose leaf or in a 3-ring binder (NOT bound). It is preferred that all proposals submitted shall be printed double-sided and on minimum 30% post-consumer recycled content paper. Inability to comply with the 30% post-consumer recycled content recommendation will have no impact on the evaluation and scoring of the proposal.

Bidders must also submit an electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation. The file must be on disk or USB flash drive and enclosed with the sealed original hardcopy of the bid.

54. BIDDERS SHALL NOT MODIFY BID FORM(S) OR QUALIFY THEIR BIDS. BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF THE BID FORM(S) OR ANY OTHER COUNTY-PROVIDED DOCUMENT.

55. No email (electronic) or facsimile bids will be considered.

56. All costs required for the preparation and submission of a proposal shall be borne by Bidder.

RFP No. 901083Page 26

Page 27: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

57. Only one proposal response will be accepted from any one person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

58. All other information regarding the proposal responses will be held as confidential until such time as the County Selection Committee has completed its evaluation, an intended award has been made by the County Selection Committee, and the contract has been fully negotiated with the intended awardee named in the intent to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) business days before recommendation for approval of the award and contract is scheduled to be heard by the Board of. All parties submitting proposals, either qualified or unqualified, will receive mailed intent to award/non-award notification(s), which will include the name of the bidder to be recommended for award of this project. In addition, award information will be posted on the County’s “Contracting Opportunities” website, mentioned above.

59. Each proposal received, with the name of the bidder, shall be entered on a record, and each record with the successful proposal indicated thereon shall, after the award of the order or contract, be open to public inspection.

60. California Government Code Section 4552: In submitting a proposal to a public purchasing body, the bidder offers and agrees that if the proposal is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

61. Bidder expressly acknowledges that it is aware that if a false claim is knowingly submitted (as the terms “claim” and “knowingly” are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

62. The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout the period of the contract, licensed by the State of California to do

RFP No. 901083Page 27

Page 28: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Specifications, Terms & Conditionsfor Pharmacy Benefit Management

the type of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called for in the Proposal Documents.

63. The undersigned Bidder certifies that it is not, at the time of bidding, on the California Department of General Services (DGS) list of persons determined to be engaged in investment activities in Iran or otherwise in violation of the Iran Contracting Act of 2010 (Public Contract Code Section 2200-2208).

64. It is understood that County reserves the right to reject any proposal and that the proposal shall remain open to acceptance and is irrevocable for a period of one hundred eighty (180) days, unless otherwise specified in the Proposal Documents.

C. RESPONSE FORMAT

65. Proposal responses are to be straightforward, clear, concise and specific to the information requested.

66. In order for proposals to be considered complete, Bidder must provide responses to all information requested. See Exhibit A – Bid Response Packet.

67. Proposal responses, in whole or in part, are NOT to be marked confidential or proprietary. County may refuse to consider any proposal response or part thereof so marked. Proposal responses submitted in response to this RFP may be subject to public disclosure. County shall not be liable in any way for disclosure of any such records. Please refer to the County’s website at: http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for more information regarding Proprietary and Confidential Information policies.

RFP No. 901083Page 28

Page 29: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

EXHIBIT ABID RESPONSE PACKET

RFP No. 901083 – Pharmacy Benefit Management

To: The County of Alameda

From:       (Official Name of Bidder)

AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFP, BIDDERS ARE TO SUBMIT ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES, PLUS FOUR (4) COPIES AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)

ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A”

BIDDERS SHALL NOT SUBMIT TO THE COUNTY A SCANNED, RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID

BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFP

BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL

IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFP, INCLUDING THOSE TO THE COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

Exhibit A – RFP No. 901083Page 1

Page 30: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFI, RFP, Addenda, and Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications, Terms & Conditions of the Bid Documents of RFP No. 901083 – Pharmacy Benefit Management.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid including, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in accordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on the County’s website:

Bid Protests / Appeals Process [http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local Emerging Business Program[http://acgov.org/auditor/sleb/overview.htm]

First Source [http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System[http://acgov.org/auditor/sleb/elation.htm]

General Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]

Exhibit A – RFP No. 901083Page 2

Page 31: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFP and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid Response Packet, the Contractor agrees to meet the minimum insurance requirements stated in the RFP. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in the RFP.

10. The undersigned acknowledges ONE of the following (please check only one box):

Bidder is not local to Alameda County and is ineligible for any bid preference; OR

Bidder is a certified SLEB and is requesting 10% bid preference; OR

Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the following documentation to this Exhibit:

Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and

Proof of six (6) months business residency, identifying the name of the vendor and the local address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification documents to prove residency.

Exhibit A – RFP No. 901083Page 3

Page 32: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Official Name of Bidder:      

Street Address Line 1:      

Street Address Line 2:      

City:       State:       Zip Code:      

Webpage:      

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:      

Jurisdiction of Organization Structure:      

Date of Organization Structure:      

Federal Tax Identification Number:      

Primary Contact Information:

Name / Title:      

Telephone Number:       Fax Number:      

E-mail Address:      

SIGNATURE:

Name and Title of Signer:      

Dated this       day of       20     

Exhibit A – RFP No. 901083Page 4

Page 33: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

Pharmacy Benefit Management Costs

DESCRIPTION Unit of Measure YEAR 1 YEAR 2 YEAR 3

Discount for Brand-named medication: Post rollback AWP rate (AWP - %) %                  

Brand-named Medication: WAC rate (WAC - %) %                  

Discount for Generic Medication: (AWP - %) %                  

*Guaranteed Generic Average Discount (Generic Effective Rate) %                  

Dispensing fee ($ per prescription) $/Rx                  Prescription adjudication fee (per paid prescription) EACH EACH                  

Per member per month (PMPM) pricing (alternative to prescription Adjudication fee PMPM                  

340B dispensing fee ($ per prescription) $/Rx                  340B Prescription adjudication fee (per paid prescription) EACH                  

Prior authorization fee EACH                  Any eligibility-loading fee (monthly and per new client) EACH                  

Formulary change fee EACH                  

MD addition/deletion fee EACH                  

Paper claim processing fee $/Rx                  

All user-driver query associated fees EACH                  

All programming and reporting fees HOUR                  

* Applies to all generic medication. Annual calculation & if necessary, payment to County

These quotations will be evaluated as “Savings” in the evaluation criteria, not as part of the evaluation of cost. Please note that Vendor will be expected to provide the goods and services listed above at the rates quoted during the contract term. Vendor agrees that the prices quoted are the maximum they will charge during the term of any contract awarded as a result of this RFP.

Exhibit A – RFP No. 901083Page 5

Page 34: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

BID FORM

Cost shall be submitted on this Bid Form as is. No alterations or changes of any kind are permitted. Bid responses that do not comply will be subject to rejection in total. The cost quoted below shall include all taxes and all other charges, including travel expenses.

Bidder hereby certifies to County that all representations, certifications, and statements made by Bidder, as set forth in this Bid Form and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.

The drugs listed below are a sample of those most commonly used by BHCS and is not guaranteed to represent all the drugs utilized by BHCS. The AWP stated below is for bid evaluation purposes only. The County does not guarantee a minimum or maximum on the stated AWP, nor is it binding to the vendor.

DRUG NAME Dosage

Brand/Generic

RxQty

A B

Year 1 Year 2 Year 3

3-YearMedication

Subtotal(H1+H2+H3)

C1 D1 E1 F1 G1 H1 C2 D2 E2 F2 G2 H2 C3 D3 E3 F3 G3 H3

Annual# Rxs AWP

%Discount

Discount Amount

B*C1Dispen

Fee

Amountpaid to

pharmacyAdjudFee

AnnualSubtotal

A*[(B-D1)+E1+F1]

%Discount

Discount Amount

B*C2Dispen

Fee

Amountpaid to

pharmacyAdjudFee

AnnualSubtotal

A*[(B-D2)+E2+F2]

%Discount

Discount Amount

B*C3Dispen

Fee

Amountpaid to

pharmacyAdjudFee

AnnualSubtotal

A*[(B-D3)+E3+F3]

Abilify 10mg Brand 30 90 $605 $

$ $

Benztropine 1mg Generic 30 475 $4.50 $

$ $

Bupropion SR 150mg Generic 60 460 $51

$ $

$

Citalopram 20mg Generic 30 440 $18 $

$ $

Cymbalta 30mg Brand 30 30 $192 $

$ $

Divalproex DR 500mg Generic 60 575 $72

$ $

$

Escitlopram 20mg Generic 30 44 $42 $

$ $

Fluoxetine 20mg Generic 30 550 $18 $

$ $

Haloperidol Dec

100mg/ml Generic 1

vial 90 $43 $

$ $

lamotrigine 25mg Generic 60 300 $72 $

$ $

Mirtazapine 15mg Generic 30 330 $38 $

$ $

Olanzapine 10mg Generic 30 280 $42 $

$ $

Exhibit A – No. Page 6

Page 35: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

BID FORM CONTINUED

DRUG NAME Dosage

Brand/Generic

RxQty

A B

Year 1 Year 2 Year 3

3-YearMedication

Subtotal(H1+H2+H3)

C1 D1 E1 F1 G1 H1 C2 D2 E2 F2 G2 H2 C3 D3 E3 F3 G3 H3

Annual# Rxs AWP

%Discount

Discount Amount

B*C1Dispen

Fee

Amountpaid to

pharmacyAdjudFee

AnnualSubtotal

A*[(B-D1)+E1+F1]

%Discount

Discount Amount

B*C2Dispen

Fee

Amountpaid to

pharmacyAdjudFee

AnnualSubtotal

A*[(B-D2)+E2+F2]

%Discount

Discount Amount

B*C3Dispen

Fee

Amountpaid to

pharmacyAdjudFee

AnnualSubtotal

A*[(B-D3)+E3+F3]

Olanzapine 20mg Generic 30 120 $83 $

$ $

paroxetine 20mg Generic 30 210 $35 $

$ $

Quetiapine 200mg Generic 60 45 $139 $

$ $

Quetiapine 400mg Generic 60 40 $205 $

$ $

Risperidone 1mg Generic 30 660 $28 $

$ $

Sertraline 100mg Generic 30 440 $9 $

$ $

Trazodone 100mg Generic 30 470 $4.75 $

$ $

Venlafaxine ER 150mg Generic 30 110 $69

$ $

$

Ziprasidone 80mg Generic 60 40 $295 $

$ $

Zolpidem 10mg Generic 30 325 $13 $

$ $

Grand Total: $

Exhibit A – RFP No. 901083Page 7

Page 36: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

REQUIRED DOCUMENTATION AND SUBMITTALS

All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e. Table of Contents, Letter of Transmittal, Key Personnel, etc.).

1. Table of Contents: Bid responses shall include a table of contents listing the individual sections of the proposal and their corresponding page numbers. Tabs should separate each of the individual sections.

2. Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities and approach in providing its services to the County, and provide a brief synopsis of the highlights of the Proposal and overall benefits of the Proposal to the County. This synopsis should not exceed three (3) pages in length and should be easily understood.

3. Key Personnel: Bid responses shall include a complete list of all key personnel associated that will be providing services on a contract awarded under this RFP. This list must include all key personnel who will provide services/training to County staff and all key personnel who will provide maintenance and support services. For each person on the list, the following information shall be included:

(a) The person’s relationship with Bidder, including job title and years of employment with

Bidder; (b) The role that the person will play in connection with the RFP;(c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; and(e) Person’s relevant experience, certifications, and/or merits.

4. Description of the Proposed Services: Bid response shall include a description of the terms and conditions of services to be provided during the contract term including response times. The description shall address all services including all items listed under D. SPECIFIC REQUIREMENTS and E. DELIVERABLES/REPORTS in the RFP. Finally, the description must: (1) specify how the services in the bid response will meet or exceed the requirements of the County; (2) explain any special resources, procedures or approaches that make the services of Bidder particularly advantageous to the County; and (3) identify any limitations or restrictions of Bidder in providing the services that the County should be aware of in evaluating its Response to this RFP.

5. Implementation Plan and Schedule: The bid response shall include an implementation plan and schedule. The plan shall include a detailed schedule indicating how Bidder will ensure adherence to the timetables set forth herein for the services.

Exhibit A – No. Page 8

Page 37: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

6. References:

(a) Bidders must use the templates on pages 9-10 of this Exhibit A – Bid Response Packet to provide references.

(b) Bidders are to provide a list of three (3) current and three (3) former clients. References must be satisfactory as deemed solely by County. References should have similar scope, volume and requirements to those outlined in these specifications, terms and conditions.

Bidders must verify the contact information for all references provided is current and valid.

Bidders are strongly encouraged to notify all references that the County may be contacting them to obtain a reference.

(c) The County may contact some or all of the references provided in order to determine Bidder’s performance record on work similar to that described in this request including but not limited to reviewing transparent and full pass through PBM service programs. The County reserves the right to contact references other than those provided in the Response and to use the information gained from them in the evaluation process.

7. Exceptions, Clarifications, Amendments:

(a) This shall include clarifications, exceptions and amendments, if any, to the RFP and associated Bid Documents, and shall be submitted with your bid response using the template on page 13 of this Exhibit A – Bid Response Packet.

(b) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

8. SLEB Partnering Information Sheet:

(a) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found in Exhibit A immediately following this paragraph) indicating their SLEB certification status and, if not certified, the name, identification information, and goods/services to be provided by the SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement. If a SLEB subcontractor(s) is named, the Exhibit must be signed by the SLEB(s) according to the instructions.

Exhibit A – No. Page 9

Page 38: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

SMALL LOCAL EMERGING BUSINESS (SLEB)PARTNERING INFORMATION SHEET

RFP No. 901083 –Pharmacy Benefit Management

In order to meet the Small Local Emerging Business (SLEB) requirements of this RFP, all bidders must complete this form as required below.

Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB subcontractors must be independently owned and operated from the prime Contractor with no employees of either entity working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)

Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own.

Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval from the Auditor-Controller, Office of Contract Compliance (OCC).

County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program (Elation Systems: http://www.elationsys.com/elationsys/index.htm).

BIDDER IS A CERTIFIED SLEB (sign at bottom of page)

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

NAICS Codes Included in Certification:      

BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT       % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING GOODS/SERVICES:      

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

SLEB Certification Status: Small / Emerging

NAICS Codes Included in Certification:      

SLEB Subcontractor Principal Name:      

SLEB Subcontractor Principal Signature: Date:      

Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.

Bidder Signature: Date:      

Exhibit A – No. Page 10

Page 39: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

CURRENT REFERENCES

RFP No. 901083 –Pharmacy Benefit Management

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – No. Page 11

Page 40: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

FORMER REFERENCES

RFP No. 901083 –Pharmacy Benefit Management

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – No. Page 12

Page 41: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFP No. 901083–Pharmacy Benefit Management

Bidder Name:      

List below requests for clarifications, exceptions and amendments, if any, to the RFP and associated Bid Documents, and submit with your bid response.

The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.

Reference to: DescriptionPage No. Section Item No.

p. 23D 1.c. Vendor takes exception to…

                       

                       

                       

                       

                       

                       

                       

                       

                       

                       

*Print additional pages as necessary

Exhibit A – No. Page 13

Page 42: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

EXHIBIT BINSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFP, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the Contractor performing on this RFP:

*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***

Exhibit B – RFP No. 901083Page 1

Page 43: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

EXHIBIT B

COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES MINIMUM LIMITSA Commercial General Liability

Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability

$1,000,000 per occurrence (CSL)$5,000,000 aggregateBodily Injury and Property Damage

B Commercial or Business Automobile LiabilityAll owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL)Any AutoBodily Injury and Property Damage

C Workers’ Compensation (WC) and Employers Liability (EL)Required for all contractors with employees

WC: Statutory LimitsEL: $100,000 per accident for bodily injury or disease

D Endorsements and Conditions :

1. ADDITIONAL INSURED: ALL INSURANCE REQUIRED ABOVE WITH THE EXCEPTION OF PERSONAL AUTOMOBILE LIABILITY, WORKERS’ COMPENSATION AND EMPLOYERS LIABILITY, SHALL BE ENDORSED TO NAME AS ADDITIONAL INSURED: COUNTY OF ALAMEDA, ITS BOARD OF SUPERVISORS, THE INDIVIDUAL MEMBERS THEREOF, AND ALL COUNTY OFFICERS, AGENTS, EMPLOYEES AND REPRESENTATIVES.

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods:– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party),

or at minimum named as an “Additional Insured” on the other’s policies.– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.

7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to:

- Department/Agency issuing the contract- With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)

Certificate C-1B Page 1 of 1 Form 2001-1 (Rev. 03/15/06)

Exhibit B – RFP No. 901083Page 2

Page 44: 901083 RFP Pharmacy Benefit Management€¦  · Web view · 2013-02-26340B Program Administration ( D, 6) EHR Interface (D, 7) ... By mutual agreement, ... Bidder may access a copy

EXHIBIT CVENDOR BID LIST

RFP No. 901083–Pharmacy Benefit Management

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901083and/or been issued a copy of this RFP. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

RFP No. 901083 - Pharmacy Benefit Management

Business Name Contact NameContact Phone Address City ST Email

Catamaran Brent Stokes 480-223-2197 2441 Warrenville Rd., Ste 610 Lisle IL [email protected] Pharmacy Solutions Rob Coppola 603-726-1848 219 Melrose Street Melrose MA [email protected]

MedImpact Janeen McBride 10680 Treena St. San Diego CA [email protected]

Navitus Health Solutions LLC Byron Mickle 608-827-7543 2601 West Beltine Hwy, Ste 600 Madison WI [email protected]

Prescription Corporation of America Adam Krochta 973-983-6300

X 145 66 Ford Road Denville NJ [email protected]

Ramsell Sophia Byndloss 510-587-2606 200 Webster St., Ste 200 Oakland CA [email protected] Holding Corporation Lydia Martinez 510-587-2661 200 Webster St., Suite 200 Oakland CA [email protected] Script Elisa McNamara 559-244-3793 2425 W. Shaw Avenue Fresno CA [email protected] Script Valerie Lavimodiere 559-244-3845 2425 W. Shaw Avenue Fresno CA [email protected] Pharmacy Services of the Midwest, LLC Nick Conway 636.552.9103 16140 Westwoods Business

Park St. Louis MO [email protected]

WellDyneRx Layne Kopas 888-479-2000 x 8223 7472 S. Tucson Way Centennial CO [email protected]

Aetna Pharmacy management Michael Petryna 610-385-0466 151 Farmington Ave Hartford CT [email protected]

EnvisionRx Kevin J Finnigan 419-346-7590 3240 Levis Commons Blvd. Perrysburg OH [email protected]

Exhibit C – RFP No. 901083Page 1