901295 rfq locum tenens€¦ · web viewbidders shall not submit to the county a re-typed,...

63
**IMPORTANT NOTICE** ONLINE BIDDING PROCESS Bid pricing must be submitted online through Alameda County Strategic Sourcing Supplier Portal . The following pages require signatures and must be scanned and uploaded to Alameda County Strategic Sourcing Supplier Portal : 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: others

Post on 24-May-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

**IMPORTANT NOTICE** ONLINE BIDDING PROCESS

Bid pricing must be submitted online through Alameda County Strategic Sourcing Supplier Portal.

The following pages require signatures and must be scanned and uploaded to Alameda County Strategic Sourcing Supplier Portal:

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. Successful uploading of a document does not equal acceptance of the document by Alameda County.

Page 2: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901295

for

Locum Tenens

For complete information regarding this project, see RFQ 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: John Butchart, Procurement & Contracts Specialist

Phone Number: (510) 208-9602

E-mail Address: [email protected]

RESPONSE DUEBy 2:00 p.m.

On February 24, 2015At Alameda County, GSA–Procurement & Support Services

Strategic Sourcing Supplier Portalhttps://ezsourcing.acgov.org/psp/SS/SUPPLIER/ERP/h/?tab=DEFAULT

Alameda County is committed to reducing environmental impacts across our entire supply chain.

1401 Lakeside Drive, Suite 907 Oakland, CA 94612Phone: 510-208-9600 Website: http://www.acgov.org/gsa/departments/purchasing/

Revised 2014-10-24

Page 3: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

Page 4: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901295SPECIFICATIONS, TERMS & CONDITIONS

forLOCUM TENENS

TABLE OF CONTENTSPage

I. STATEMENT OF WORK 4A. INTENT...............................................................................................................................4B. SCOPE................................................................................................................................. 4C. BACKGROUND....................................................................................................................4D. BIDDER QUALIFICATIONS...................................................................................................4E. SPECIFIC REQUIREMENTS...................................................................................................5

II. CALENDAR OF EVENTS 13F. NETWORKING / BIDDERS CONFERENCES.........................................................................14

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 15G. NOTICE OF RECOMMENDATION TO AWARD...................................................................15H. TERM / TERMINATION / RENEWAL..................................................................................15I. BRAND NAMES AND APPROVED EQUIVALENTS...............................................................16J. QUANTITIES......................................................................................................................17K. PRICING............................................................................................................................17L. AWARD.............................................................................................................................18M. METHOD OF ORDERING...................................................................................................19N. INVOICING........................................................................................................................20O. ACCOUNT MANAGER / SUPPORT STAFF..........................................................................20

IV. INSTRUCTIONS TO BIDDERS 21P. COUNTY CONTACTS..........................................................................................................21Q. SUBMITTAL OF BIDS.........................................................................................................21R. RESPONSE FORMAT..........................................................................................................23

ATTACHMENTS

EXHIBIT A - BID RESPONSE PACKETEXHIBIT B - INSURANCE REQUIREMENTSEXHIBIT C - AUTHORIZATION TO REQUEST SERVICEEXHIBIT D - VENDOR BID LIST

Page 5: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to find qualified vendors that will provide recruitment/search services for permanent placement of licensed psychiatrists, as well as locum tenens licensed psychiatrists, physicians, and nurses (Providers) for services to be provided on an “as needed” basis.

The County intends to award three-year contracts (with option to renew) to the bidders selected as the most responsible bidders whose responses conform to the RFQ and meets the County’s requirements.

B. SCOPE

Alameda County Behavioral Health Care Services (BHCS or County) requires the services of psychiatrist recruitment/search agencies to provide permanent placements for County-operated programs when traditional methods of recruitment are unsuccessful in providing timely resources. The use of this service will be reserved for special circumstances, i.e., child, institutional or specialized psychiatrists who may be in short supply or high demand.

BHCS also requires the services of locum tenens psychiatrists, nurses and healthcare workers to cover absences or shortages of personnel at any County-operated program site. County-operated program sites generally operate Monday through Friday from 7:00 a.m. to 6:00 p.m., except on holidays, though hours of operation vary depending on the site. In some cases, a site may operate on a 24/7 basis.

C. BACKGROUND

BHCS provides mental health and substance abuse services to seriously mentally ill individuals residing in our communities and incarcerated in the County jail. County-operated program sites are located in Oakland, San Leandro, Alameda, Fremont and Pleasanton. Program staff is multi-disciplinary. Psychiatrists administratively report to a program supervisor and clinically to either a program’s Lead Psychiatrist or the BHCS Medical Director.

D. BIDDER QUALIFICATIONS

1. Bidder shall be regularly and continuously engaged in the business of providing locum tenens recruitment and referrals for at least two years. Bidders’ experience will be verified through the references provided by the bidders in Exhibit A.

RFQ No. 901295Page 4

Page 6: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

2. Bidder shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFQ.

3. Bidder must provide a minimum of three references who can attest to the bidder’s skills, rapport with Providers and co-workers, payroll history, and professional past. Current references should be able to attest that they have worked with the bidder within the last two years.

E. SPECIFIC REQUIREMENTS

4. CONTRACTOR SPECIFIC REQUIREMENTS

Contractor obligation shall include, but is not limited to, the following:

a. Contractor shall exercise due diligence in selecting its Provider(s) and put forth its best efforts to furnish locum tenens Providers to County, as requested. Contractor must be accessible during County office hours, available to answer County questions and to provide help as requested throughout the locum tenens process. Contractor must be able to respond within 24 hours upon request.

b. Contractor must provide references, education history, current and past license information and credentialing information on each Provider being submitted to County for consideration.

c. Neither Contractor nor Provider(s) shall incur billable transportation or housing expenses without prior written approval of County.

d. Contractor understands that a Provider who is accepted and assigned work by County will be expected to follow all County policies and procedures including, but not limited to, health and safety policies and procedures, and policies and procedures related to the protection of the privacy of individual health information. Contractor shall notify every Provider of this expectation.

e. To the extent that Contractor receives, generates or uses individually identifiable health information concerning Alameda County clients served by Providers, vendor is a Business Associate of County as that term is defined by the Health Insurance Portability and Accountability Act of 1996 and its Privacy Regulations.

RFQ No. 901295Page 5

Page 7: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

f. Contractor shall provide locum tenens psychiatrists and/or physicians who will render services as required by County, as listed under MENTAL HEALTH CARE PROVIDERS SKILL SREQUIREMENTS, and MEDICAL CARE PROVIDERS SKILL REQUIREMENTS.

g. Contractor shall provide the services of licensed nurse(s) and physicians’ assistant(s) and other licensed workers who will deliver care in accordance with the specific license held.

h. Contractor must place a high priority on quality service by providing a professional and knowledgeable staff and a large pool of qualified Health Care Providers for County to choose from.

i. Contractor must be able to document a good payroll history and must have the financial capability to pay their Providers regularly.

j. Contractor shall verify all State License(s) and Controlled Substance permit(s)/certificate(s) required in the area of specialization in which the Provider will be working. Contractor shall verify each license (if applicable) prior to Provider working with County.

k. Contractor shall verify Provider’s Drug Enforcement Administration (DEA) Certificate, if applicable.

l. Contractor shall verify Provider’s Board Certification (American Board of Medical Specialties, American Osteopathic Association) or highest level of training/education in Provider’s primary practicing specialty.

m. Contractor shall provide an explanation of any Provider’s malpractice history. Explanation must be in the form of a written narrative including judgment information, settlement amount, allegations and dates of incident and settlement.

n. Contractor must provide proof of current malpractice insurance for the Providers they place.

o. Contractor shall re-verify all required documents annually.

RFQ No. 901295Page 6

Page 8: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

5. MENTAL HEALTH CARE PROVIDER SKILLS REQUIREMENTS (PSYCHIATRIST/ PSYCHIATRIC NURSE PRACTITIONER)

a. Providers shall be familiar with electronic medical records and capable of accessing and updating necessary data and reports.

b. Familiarity with Medical Coding/Billing: All locum tenens healthcare providers must be proficient with the Medicare and Medi-Cal billing system.

c. Evaluation of all clients presented to him/her for psychiatric evaluation, including assessment of physical health status with development of initial and ongoing written treatment plans.

d. Review of previous psychiatric and medical records to assess prior diagnostic evaluations, treatments and response to medications.

e. Provide crisis evaluation and intervention to patients, with follow-up treatment recommendations, on an as-needed basis.

f. Prescriptions and the monitoring of psychotropic medications with related laboratory tests. Communication of informed consent (if underage to their parent/guardian) regarding medication use and side effects in accordance with Behavioral Health Care Services (BHCS) Psychotropic Practice Guidelines.

g. Prepare reports, case summaries and correspondence, as required.

h. Participation, with other staff, in treatment planning, related meetings and overall coordination of treatment.

i. Coordinate care with physical health care providers.

j. Participate in the BHCS Medication Monitoring Program and other related quality assurance activities.

k. Prepare and maintain clinical documentation in compliance with BHCS documentation standards. Details will be provided to Provider(s) at site assignment.

l. Provide care to individuals and families in a variety of treatment settings including home visits, clinic settings and programs sites.

RFQ No. 901295Page 7

Page 9: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

m. Provide education and consultation to Primary Care Providers, Substance Use providers and/or other members of the healthcare team.

n. Locum Tenens contractor may not provide direct services to Alameda County as a Mental Health Care Provider.

6. MENTAL HEALTH CARE PROVIDER CREDENTIAL REQUIREMENTS

All Locum Tenens mental health providers assigned to Juvenile Hall or County jails are required to pass a background check administered by the Alameda County’s Sheriff’s Department prior to beginning work.

All Locum Tenens Mental Health Plan Providers must possess and provide copies of the following credentials:

a. Photocopy of National Provider Identification (NPI).

b. Photocopy of current provider state license with a clearly visible expiration date (no copies from website will be accepted).

c. Photocopy of current Drug Enforcement Administration (DEA) license with a clearly visible expiration date.

d. DEA Data Files.

e. Proof of professional liability and general liability insurance coverage indicating a minimum of $1,000,000 per incident and $2,000,000 aggregate. Licensed psychiatrists working with minors must provide proof of professional liability and general liability insurance coverage indicating a minimum of $2,000,000 per incident and $3,000,000 aggregate.

f. An up-to-date work history with start and end dates (a resume and curriculum vitae is acceptable).

g. A minimum of three references, preferably in the Provider’s specialty area, who can attest to the Provider’s clinical skills, rapport with patients and co-workers, and professional past. Current references should be able to attest that they have worked with the Provider within the last two years.

h. Supporting documents which may include, but are not limited to, a Medical School Diploma, Internship Certificate, Residency Certificate(s), Board Certification(s), Documentation of Scores and other miscellaneous documentation, if available.

i. American Medical Association Physicians Profile

RFQ No. 901295Page 8

Page 10: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

j. Association of State Medical Board Executive Directors - Medical Board of California Search Results.

k. Provide a verification letter stating that the provider has been certified and their credentials have been thoroughly reviewed and assessed in accordance with Contractor’s policies and procedures, and that the provider is credentialed by Contractor and is in good standing.

l. National Practitioner Data Base Query Response

m. Office of the Inspector General (OIG) Search Results/ Exclusions Search Results: Individual

n. The ‘OIG Search Results/Exclusions Search Results: Individual’ includes checking the following databases during initial credentialing and on a monthly basis once established as a Provider, to comply with the Federal Office of the Inspector General:

SAM.gov Excluded Parties List (formerly the GSA EPLS) (Behavioral Health Services will check monthly)

https://www.sam.gov

(Health care Providers SHOULD be on this list)

Office of the Inspector General List of Excluded Individuals/Entities (OIG LEIE)

(Contractor must check before first day of service)

https://exclusions.oig.hhs.gov/

(Health Provider should NOT be on this site)

Office of Inspector General (OIG) Most Wanted Fugitives

(Contractor must check before first day of service)

https://oig.hhs.gov/fraud/fugitives/index.asp

(Health Provider should NOT be on this site)

Office of Foreign Assets Control Specially Designated Nationals (OFAC SDN)

https://sdnsearch.ofac.treas.gov/

(Health Provider should NOT be on this site)

o. Contractor must make certain that all documents and certificates remain current for the duration of the locum tenens Provider’s term with the County. Contractor shall provide a printed copy of all Locum Tenens health

RFQ No. 901295Page 9

Page 11: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

care providers credentials e-mailed directly to the Network Office Administrator before any health care provider reports for work.

7. OTHER HEALTH CARE PROVIDER SKILLS REQUIREMENTS

a. Providers shall be familiar with electronic medical records and capable of accessing and updating necessary data and reports.

b. Familiarity with Medical Billing: All locum tenens healthcare providers must be proficient with the Medicare and Medi-Cal billing system.

c. Evaluation of all clients presented to him/her for evaluation, including assessment of physical health status with development of initial and ongoing written treatment plans.

d. Review of previous psychiatric and medical records to assess prior diagnostic evaluations, treatments and response to medications.

e. Crisis evaluation and intervention to patients with follow-up treatment recommendations, on an as-needed basis.

f. Prescriptions and the monitoring of psychotropic medications with related laboratory tests. Communication of informed consent (if underage to their parent/guardian) regarding medication use and side effects in accordance with Behavioral Health Care Services (BHCS) Psychotropic Practice Guidelines.

g. Prepare reports, case summaries and correspondence, as required.

h. Participation, with other staff, in treatment planning, related meetings and overall coordination of treatment.

i. Reference of patients and interfaces, as indicated, with physical health care providers.

j. Participation in the BHCS Medication Monitoring Program and other related quality assurance activities.

k. Preparing and maintaining documentation of clinical work appropriately in conformance with BHCS Case Recording Standards. Details will be provided to Provider(s) at site assignment.

l. Process billing and other information forms as required.

RFQ No. 901295Page 10

Page 12: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

m. Provide care to individuals and families across various venues including home visits, clinic settings and programs sites.

n. Provide care to patients in accordance with the more specific license held (e.g. Licensed Vocational Nurse, Registered Nurse, Nurse Practitioner, Physician Assistant or Clinical Nurse Specialist, or other licensed provider) including assessment plans.

o. If appropriate, may provide assistance to physicians in the delivery of medical services including telephoning instructions to pharmacies regarding physician medication refills, administering injections and monitoring vital signs, blood glucose levels and weight.

p. Coordinate services with multidisciplinary staff to improve patient health outcomes including health education and preventive health care programs.

q. Order clinic medical supplies, and organize, maintain and dispose of medical supplies, in accordance with license and with BHCS policies and procedures.

r. Along with the physician and case manager, coordinate those in need of primary care with primary care physicians/clinics.

s. As appropriate, monitor patient need for clinical laboratory studies, advise physicians of necessary orders, and tracking those orders through completion.

8. HEALTH CARE PROVIDER CREDENTIAL REQUIREMENTS

a. Maintenance of a license in good standing [e.g., California Registered Nurse (RN), Licensed Vocational Nurse (LVN), Nurse Practitioner (NP), nursing or Physician Assistant (PA), or other licensed provider] at all times; maintenance of knowledge of laws concerning patient abuse and safety.

b. Graduation from an accredited program.

c. Completion of all documentation and billing requirements in accordance with BHCS policies and procedures.

d. Proof of professional liability and general liability insurance coverage indicating a minimum of $1,000,000 per incident and $2,000,000 aggregate.

RFQ No. 901295Page 11

Page 13: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

9. METHOD OF REQUEST – PROCESS FOR ENROLLING NEW PROVIDERS

Behavioral Health Care Network Administrator will submit an Authorization to Request Service (Exhibit C) to Locum Tenens Contractor.

Contractor shall provide via email, within 24 hours, the name and credentials of a qualified Locum Tenens Provider to BHSVC’s Network Office Administrative Assistant, including the following:

a. Verified Profile Page

b. Healthcare Integrity and Protection Data Bank Query Response

c. National Practitioner Data Bank Query Response

d. Credentialing Application of provider

e. Current Doctor of Medicine (MD) license

f. Proof of Professional liability insurance

g. Current Resume

h. Completed Application

i. A verification letter

The Network Office Administrator creates a file on the locum tenens candidate and checks several databases. A supervisor from Network Office will then send the Medical Director an e-mail notification that everything is okay, or there is a problem with the candidate’s credentials.

The Medical Director sends the approved locum tenens form to the Network Health Care Administrator, who completes it with the exact amount of money, start & end dates, and the number of approved hours the Locum Tenens health care provider candidate can work, and sends it to the vendor.

Vendor sends an e-mail confirming receipt to the Network Health Care Administrator, acknowledging the start and end date of the healthcare worker.

RFQ No. 901295Page 12

Page 14: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

10. RECRUITMENT/BUY OUT – DISMISSAL

Clauses to terminate vendor and withhold payment for failure to provide certification shall include:

a. There shall be no advance notice requirements or penalties for terminating a Locum Tenens Health Provider.

b. There shall be no advance notice requirements or penalties for terminating a Locum Tenens vendor.

c. A Locum Tenens Health Provider may negotiate directly with Alameda County Behavioral Health Care Services after completing 192 hours of employment.

d. Locum Tenens providers may be used to recruit full time Alameda County Behavioral Health Care Health Providers for a fixed fee.

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued January 16, 2015Written Questions Due by 5:00 p.m. on January 30, 2015Networking/Bidders Conference #1

(Online conference option enabled for remote participation)

Thursday, January 29, 2015 @ 10:00 a.m.

at: General Services AgencyRoom 1105 1401 Lakeside DriveOakland, CA 94612

OR remotely @ http://gsaalamedacounty.adobeconnect.com/admin/show-event-catalog

Networking/Bidders Conference #2

Friday, January 30, 2015@ 2:00 p.m.

at: Public Works AgencyRoom 4054825 Gleason DriveDublin, CA 94568

Addendum Issued Thursday, February 5, 2015Response Due Tuesday, February 24, 2015 by 2:00 p.m. Evaluation Period February 25 – March 4, 2015Board Letter Friday, March 6, 2015

RFQ No. 901295Page 13

Page 15: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

Recommending Award IssuedBoard Consideration Award Date

Tuesday, March 17, 2015

Contract Start Date Wednesday, April 1, 2015

Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

11. The bidders conference held on January 29, 2015 will have an online conference option enabled for remote participation. Bidders can opt to participate via a computer with a stable internet connection (the recommended Bandwidth is 512Kbps) at http://gsaalamedacounty.adobeconnect.com/admin/show-event-catalog. In order to get the best experience, the County recommends that bidders who participate remotely use equipment with audio output such as speakers, headsets, or a telephone. Bidders may also attend this conference in person.

12. Networking/bidders conferences will be held to:

a. 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 RFQ.

b. Provide an opportunity for bidders to ask specific questions about the project and request RFQ clarification.

c. Provide bidders an opportunity to view a site, receive documents, etc. necessary to respond to this RFQ.

d. Provide the County with an opportunity to receive feedback regarding the project and RFQ.

e. All questions will be addressed, and the list of attendees will be included, in an RFQ Addendum following the networking/bidders conference(s).

f. Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further 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 Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions.

RFQ No. 901295Page 14

Page 16: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. NOTICE OF RECOMMENDATION TO AWARD

13. At the conclusion of the RFQ 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 – Procurement & Support Services. The document providing this notification is the Notice of Recommendation to Award.

14. The Notice of Recommendation 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.

15. At the conclusion of the RFQ response evaluation process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful offeror’s bid.

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.

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

B. TERM / TERMINATION / RENEWAL

17. The term of the contract, which may be awarded pursuant to this RFQ, will be 3 years.

18. 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

RFQ No. 901295Page 15

Page 17: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

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.

19. The County may, at its sole option, terminate any contract that may be awarded as a result of this RFQ 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.

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

C. BRAND NAMES AND APPROVED EQUIVALENTS

21. Any references to manufacturers, trade names, brand names and/or catalog numbers are intended to be descriptive, but not restrictive, unless otherwise stated, and are intended to indicate the quality level desired. Bidders may offer any equivalent product that meets or exceeds the specifications. Bids based on equivalent products must:

a. Clearly describe the alternate offered and indicate how it differs from the product specified; and

b. Include complete descriptive literature and/or specifications as proof that the proposed alternate will be equal to or better than the product named in this bid as PDF attachments to your online bid submission.

c. The County reserves the right to be the sole judge of what is equal and acceptable and may require Bidder to provide additional information and/or samples.

d. If Bidder does not specify otherwise, it is understood that the referenced brand will be supplied.

RFQ No. 901295Page 16

Page 18: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

D. 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.

E. PRICING

22. Prices quoted shall be firm for the first 36 months of any contract that may be awarded pursuant to this RFQ.

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

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

25. 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.

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

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

28. Taxes and freight charges:

a. 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.

b. 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.

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

RFQ No. 901295Page 17

Page 19: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

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

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

31. 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.

32. 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.

F. AWARD

33. The award will be made to the lowest responsible bidder who meets the requirements of these specifications, terms and conditions.

34. Awards may also be made to the subsequent lowest responsible bidders who will be considered the Back-up Contractors and who will be called in ascending order of amount of their quotation.

35. 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:

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

A small business for purposes of this bid, applicable industries include, but are not limited to, the following NAICS Code(s): 621112 Offices of Physicians, Mental Health Specialists as defined by the United States Small Business Administration (SBA) as having no more than the number of employees or average annual gross receipts over the last three (3) years required per SBA standards based on the small business's appropriate NAICS code.

An emerging business is defined by the County as having either annual gross receipts of less than one-half (1/2) that of a small business AND that has been in business less than five (5) years.

RFQ No. 901295Page 18

Page 20: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

a. The County reserves the right to reject any or all responses that materially differ from any terms contained in this RFQ 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 immaterial errors contained in their submissions. The decision as to what constitutes a minor irregularity shall be made solely at the discretion of the County.

b. The County reserves the right to award to a single or multiple Contractors.

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

d. Board approval to award a contract is required.

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

f. Final Standard Agreement terms and conditions will be negotiated with the selected bidder. Bidder may access a copy of the Standard Services Agreement template can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal Agreement boilerplate language only.

g. The RFQ specifications, terms, conditions and Exhibits, RFQ 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 RFQ.

G. METHOD OF ORDERING

36. Written POs will be issued upon approval of written itemized quotations received from the Contractor.

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

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

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

RFQ No. 901295Page 19

Page 21: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

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

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

H. INVOICING

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

43. County will use best efforts to make payment within thirty (30) days following receipt and review of invoice and upon complete satisfactory receipt of product and performance of services.

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

45. 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.

46. Contractor shall utilize standardized invoice upon request.

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

48. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the Purchase Orders.

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

I. ACCOUNT MANAGER / SUPPORT STAFF

50. 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 Bidder’s response to this RFQ and any contract which may arise pursuant to this RFQ.

51. 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.

RFQ No. 901295Page 20

Page 22: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

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

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

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Procurement & Support Services 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–Procurement & Support Services department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on January 30, 2015 to:

John Butchart, Procurement & Contracts SpecialistAlameda County, GSA– Procurement & Support Services1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected]: (510) 208-9602

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 BIDS

54. All bids must be must be completed and successfully uploaded through Alameda County Strategic Sourcing Supplier Portal BY 2:00 p.m. on the due date specified in the Calendar of Events. Technical difficulties in downloading/submitting documents through the Alameda County Strategic Sourcing Supplier Portal shall not extend the due date and time.

RFQ No. 901295Page 21

Page 23: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

55. Bidders must also submit an attached 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.

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

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

58. Only one bid 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.

59. All other information regarding the bid responses will be held as confidential until such time as the General Services Agency has completed its evaluation, a recommended award has been made by the General Services Agency, and the contract has been fully negotiated with the intended awardee named in the recommendation to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) calendar days before the recommendation to award and enter into a contract by the General Services Agency. All parties submitting proposals, either qualified or unqualified, will receive mailed recommend 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.

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

61. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid 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.

RFQ No. 901295Page 22

Page 24: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Specifications, Terms & Conditionsfor Locum Tenens

62. 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.

63. 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 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 Bid Documents.

64. 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).

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

C. RESPONSE FORMAT

66. Bid responses must be submitted online through Alameda County Strategic Sourcing Supplier Portal.

67. Bid responses are to be straightforward, clear, concise and specific to the information requested.

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

69. Bid responses, in whole or in part, are NOT to be marked confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFQ 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.

RFQ No. 901295Page 23

Page 25: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

EXHIBIT ABID RESPONSE PACKET

RFQ No. 901295 – Locum Tenens

To: The County of Alameda

From:       (Official Name of Bidder)

AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFQ, BIDDERS ARE TO SUBMIT ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred). THE ELECTRONIC COPY MUST HAVE ALL APPROPRIATE PAGES SIGNED

ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED THROUGH STRATEGIC SOURCING SUPPLIER PORTAL AS PDF ATTACHMENT(S) 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 RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

ALL 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 RFQ DOCUMENT AND AS SPECIFIED IN THE STRATEGIC SOURCING SUPPLIER PORTAL EVENT

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 RFQ, 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 – RFQ No. 901295Page 1

Page 26: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFQ, 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 RFQ No. 901295 – Locum Tenens.

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 – RFQ No. 901295Page 2

Page 27: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

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 RFQ 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 RFQ. 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 RFQ.

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; (Bidder must check the first box and provide its SLEB Certification Number in the SLEB PARTNERING INFORMATION SHEET); 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 – RFQ No. 901295Page 3

Page 28: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

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 – RFQ No. 901295Page 4

Page 29: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

ONLINE BID FORM FOR COUNTY OF ALAMEDA RFQ NO. 901295For Locum Tenens Licensed Psychiatrists, Nurses, Healthcare Workers (Providers)

Online Bid Process https://ezsourcing.acgov.org/psp/SS/SUPPLIER/ERP/h/?tab=DEFAULT

COST SHALL BE SUBMITTED ON EXHIBIT A (ONLINE) 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 shall include all taxes and all other charges, including travel expenses, and is the cost the County will pay for the three-year term of any contract that is a result of this bid.

Quantities listed on Alameda County Strategic Sourcing Supplier Portal are estimates and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

By submission bid of through the Alameda County Strategic Sourcing Supplier Portal, Bidder certifies to County that all representations, certifications, and statements made by Bidder, as set forth in each entry in the Alameda County Strategic Sourcing Supplier Portal and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.

Bidders must answer all questions in the on-line bid form, located in the strategic sourcing supplier portal. If the bidder’s response to any question is NO then the bidder must explain their answer in the Response Comments field.

Bidder will provide the Provider’s actual hourly rate for each line of the bid form in the questions that follow each line.

Exhibit A – RFQ No. 901295Page 5

Page 30: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

COUNTY OF ALAMEDARFQ No. 901295

forFurnish Locum Tenens Licensed Psychiatrists, Nurses, Healthcare Workers (Providers)

OPTION FOR RECRUITMENT

Alameda County is interested in obtaining pricing for potential recruitment fees for the various categories listed below. This information will not be used in the evaluation. If the bidder does not provide the below mentioned service, please mark the box below and complete the vendor information.

SECTION A:

1. What fees would you charge to recruit a Psychiatrist during the first, second, and third years of a contract? 1st Year:__________ 2nd Year:___________ 3rd Year: ____________

2. What fees would you charge to recruit a Licensed Vocational Nurse (LVN) during the first, second, and third years of a contract? 1st Year:____ 2nd Year:____ 3rd Year: ______

3. What fees would you charge to recruit a Registered Nurse (RN) during the first, second, and third years of a contract? 1st Year:_______ 2nd Year:______ 3rd Year: _________

4. What fees would you charge to recruit a Nurse Practitioner (NP) during the first, second, and third years of a contract? 1st Year:_______ 2nd Year:______ 3rd Year: _________

5. What fees would you charge to recruit a Physicians Assistant (PA) during the first, second, and third years of a contract? 1st Year:______ 2nd Year:_______ 3rd Year: ____

6. What fees would you charge to recruit a Clinical Nurse Specialist (CNS) during the first, second, and third years of a contract? 1st Year:______ 2nd Year:_____3rd Year: _____

SECTION B:

Our company does not provide the above mentioned service.

COMPANY NAME: _________________________________________________

SIGNATURE: ______________________________________________________

PRINTED NAME: __________________________________________________

TITLE: _______________________________ DATE: ______________________

Exhibit A – RFQ No. 901295Page 6

Page 31: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

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.) and attached it as PDF file(s) to their online bid submissions through Strategic Sourcing Supplier Portal.

1. Table of Contents: Bid responses shall include a table of contents listing the individual sections of the proposal/quotation and their corresponding page numbers.

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. Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete Exhibit A – Bid Response Packet.

(a) Bidder Information and Acceptance:

(1) Every Bidder must select one choice under Item 10 of page 3 of Exhibit A and must fill out, submit a signed page 4 of Exhibit A.

(b) SLEB Partnering Information Sheet:

(1) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found on page 10 of Exhibit A) indicating their SLEB certification status. If bidder is not certified, the name, identification information, and goods/services to be provided by the named CERTIFIED SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement must be stated. Any CERTIFIED SLEB subcontractor(s) named, the Exhibit must be signed by the CERTIFIED SLEB(s) according to the instructions. All named SLEB subcontractor(s) must be certified by the time of bid submittal.

(c) References:

(1) Bidders must use the templates on pages 11 - 12 of this Exhibit A – Bid Response Packet to provide references.

(2) Bidders are to provide a list of 3 current and 3 former clients. References will be checked. A minimum of three references, preferably in the Provider’s specialty area, who can attest to the Provider’s clinical skills, rapport with patients and co-workers, and professional past. Current

Exhibit A – RFQ No. 901295Page 7

Page 32: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

references should be able to attest that they have worked with the Provider within the last two years.

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.(3) The County will 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. 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.

(d) Exceptions, Clarifications, Amendments:

(1) This shall include clarifications, exceptions and amendments, if any, to the RFQ 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.

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

4. Key Personnel: Bid responses shall include a complete list of all key personnel associated with the RFQ. 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 RFQ;(c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; and(e) Person’s relevant experience, certifications, and/or merits.

6. Credentials: Copies of any licenses, certifications, or other third party verification of credentials stated as BIDDER QUALIFICATIONS in the RFQ must be submitted with the bid response; Documents must be clearly identified as to which requirement they are responsive.

Exhibit A – RFQ No. 901295Page 8

Page 33: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

SMALL LOCAL EMERGING BUSINESS (SLEB)PARTNERING INFORMATION SHEET

RFQ No. 901295 – Locum Tenens

In order to meet the Small Local Emerging Business (SLEB) requirements of this RFQ, 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/).

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 Subcontractor 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 Printed Name/Title:____________________________________________________________________________

Street Address: _____________________________________________City_____________State______ Zip Code______

Bidder Signature: Date:      

Exhibit A – RFQ No. 901295Page 9

Page 34: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

CURRENT REFERENCES

RFQ No. 901295 – Locum Tenens

Bidder Name:      

Note: Locum Tenens vendors shall have been in good standing with their contractors for the past two (2) years. Bidders’ experience will be verified through the references they provide.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 – RFQ No. 901295Page 10

Page 35: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

FORMER REFERENCES

RFQ No. 901295 – Locum Tenens

Bidder Name:      

Note: Locum Tenens vendors shall have been in good standing with their contractors for the past two (2) years. Bidders’ experience will be verified through the references they provide.

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 – RFQ No. 901295Page 11

Page 36: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFQ No. 901295 - Locum Tenens

Bidder Name:      

List below requests for clarifications, exceptions and amendments, if any, to the RFQ 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 – RFQ No. 901295Page 12

Page 37: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

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 RFQ, 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 RFQ:

Exhibit B – RFQ No. 901295Page 1

Page 38: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

EXHIBIT B

Exhibit B – RFQ No. 901295Page 2

Page 39: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

EXHIBIT CAuthorization to Request Service

BOX A: To be completed by Requestor:Check applicable line: Type of Service: ____ Locum Tenens ______RecruitPosition Title: ___________________________ In lieu of Position # ___________, if not known write name

____________________ Name of Requested Locum Tenens ____________________________

Jail Setting: ____Yes ____ No (Check Only One)

Start Date: Planned: __________ End Date __________

Total No. of Hrs. per week ______ x Total No. of weeks _______ = _______Total No. of Hrs.

Requested by: Name/Phone number _________________________________

E-mail requested locum tenens references, education history, current and past license information and credentialing

information directly to [email protected] at our Network office to confirm qualification.

Approved by: Medical Director ___________________________________ (email approval containing above information accepted in lieu of signature)---------------------------------------------------------------------------------------------------------------------------------------BOX B: To be Completed by Finance610321 – Org #____________ Program # _______ Position # _________ BHSVC PO # ______For Locum Tenens Only: Hourly Rate _____________ Authorized for Total Amount Not to Exceed $____________ (Hourly rate x total no. of hrs)Dollars: _________________________________________________________________To: Name of Vendor ______________________________________________

Email contact name and address _________________________________Telephone number (______)___________________________________

Please obtain from Finance prior written approval for any changes to this request. Unauthorized changes may result in delay or nonpayment of services.Approved: _____ Please proceed to contact vendorDenied _____ Please contact Jackie JordanApproved and Authorized by: ____________________________________ Date Signed ________Finance Signature – Print and Sign Name_______________________________________________ ---------------------------------------------------------------------------------------------------------------------------------------To Vendor: 1) The following are authorized finance signatories to this form.

Primary – Jackie Jordan (510) 383-2664Back up Alan Ching, (510) 383-1533, Endale Worku (510)639-1313

2) Attach a copy of this signed authorization to your first Original invoice.3) Provide actual start and end dates to Finance and name of the temp. 4) Any change/s to the above without prior Finance approval will not be valid. For clarification, please refer to Standard Services Agreement

terms and conditions.

Exhibit C – RFQ No. 901295Page 1

Page 40: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

EXHIBIT DVENDOR BID LIST

RFQ No. 901295 – Locum Tenens

Below is the Vendor Bid List for this project consisting of vendors who have been issued a copy of this RFQ. 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.

Business Name Contact Name Phone Address City EmailUrban Holistic Solutions A. Raheemah Nitoto ( 510 ) 978-0863 227 Orange Street, Suite A Oakland [email protected]

A Better Way Foster Family Shahnaz Mazandarani ( 510 ) 601-0203 3200 Adeline St Berkeley [email protected]

ALAMEDA COUNTY NETWORK OF MENTAL HEALTH CLIENTS KATRINA KILLIAN ( 510 ) 295-7730 3238 Adeline Street Berkeley [email protected]

Alameda Family Services Irene Kudaraushas ( 510 ) 629-6301 2325 Clement Ave Alameda [email protected]

Bay Area Community Services Howard Chi ( 510 ) 613-0327 1814 Franklin Street, 4th Floor Oakland [email protected]

Be Well Deepa Abraham ( 925 ) 803-1133 7080 Donlon Way, Suite 104 Dublin [email protected]

Berkeley Youth Alternatives Kevin Williams ( 510 ) 845-9010 2141 Bonar Street Berkeley [email protected]

Bi-Bett Susan Cinelli ( 510 ) 568-2432 7200 Bancroft Avenue, Suite 176 Oakland [email protected]

Body Techniques, LLC Austin Lund ( 510 ) 864-9339 1320 Harbor Bay Parkway, Suite 104 Alameda [email protected]

Bonita House, Inc. Rick Crispino ( 510 ) 923-1099 6333 Telegraph Ave #102 Oakland [email protected] Opporturnities for Self Sufficiency Donald Frazier ( 510 ) 649-1930 2065 Kittredge St # E Berkeley [email protected]

Community Health for Asian Beatrice Lee ( 510 ) 835-2777 255 International Blvd. Oakland [email protected] Support Services of Alameda County Nancy Salamy ( 510 ) 420-2460 6117 Martin Luther King Jr

Way Oakland [email protected]

Doc911 Anne Bisek ( 510 ) 797-4911 39198 State Street Fremont [email protected] Bay Community Recovery Erin Wengrofsky ( 510 ) 446-7100 2579 San Pablo Ave Oakland [email protected]

Family Services of San Leandro Tricia Harris ( 510 ) 483-6715 2208 San Leandro Blvd San Leandro [email protected]

Healthy Communities, Inc Pastor Raymond E. Lankford ( 510 ) 444-9655 2580 San Pablo Avenue Oakland raymond.lankford@healthycommuniti

es.usLa Familia Counseling Service John Steinfirst ( 510 ) 881-5921 26081 Mocine Avenue Hayward [email protected] Commission on Alcohol Maria Verdugo ( 510 ) 535-2303 1319 Fruitvale Avenue Oakland [email protected] Women's Recovery Programs, Inc. Linda Stewart ( 510 ) 487-2910 682 Briergate Way Hayward [email protected]

Maria S. Nucci, PhD, S.C. Maria Nucci ( 708 ) 220-7582 5435 College Ave, Ste 202-6 Oakland [email protected]

Pacific Center for Human Growth Leslie Ewing ( 510 ) 548-8283 2712 Telegraph Avenue Berkeley [email protected] Review Solutions Inc Coyness Ennix ( 510 ) 459-3547 101 Sea View Ave Piedmont [email protected]

Schuman Liles Clinic Patricia VanHook ( 510 ) 569-9334 10850 MacArthur Blvd, Suite #300 Oakland [email protected]

Second Chance, Inc John Balentine ( 510 ) 792-4357 6330 Thornton Ave Newark [email protected] Step Foundation Ron Doyle ( 510 ) 278-0230 475 Medford Avenue Hayward [email protected] Firma Diversion / Educational Services Bertha Cuellar ( 510 ) 675-9362 30086 Mission Blvd Hayward [email protected]

Theodore Solomon Theodore Solomon ( 510 ) 247-2226 39767 Paseo Padre Parkway, #D Fremont [email protected]

Exhibit D – RFQ No. 901295Page 1

Page 41: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Business Name Contact Name Phone Address City EmailVBS Services Gary Sheldon ( 925 ) 275-6334 4162 Gulford Avenue Livermore [email protected]

WestCoast Children's Clinic April Fernando ( 510 ) 269-9030 3301 E 12th Street, Suite 259 Oakland [email protected]

Women on the Way Recovery Center Barbra Miller ( 510 ) 276-3661 20424 Haviland Avenue Hayward [email protected]

Emeryville Occupational Medical Center Inc Steven Gest ( 510 ) 653-5200 6001 Shellmound Street,

Suite 115 Emeryville [email protected]

Ahhh Massage Edward Rockowitz ( 510 ) 882-5224 4171 Maynard Ave Oakland [email protected] J. Swope, Ph.D. Alan Swope ( 510 ) 428-1877 3155 College Ave Berkeley [email protected] Staffing Rita King ( 888 ) 613-8127 2601 Blanding Ave C254 Alameda [email protected]

Anne Bisek, PsyD Anne Bisek ( 510 ) 797-4911 39198 State Street, Fremont, CA9 Fremont [email protected]

Anthony Carpentieri Anthony Carpentieri ( 510 ) 849-1626 2315 Prince St Berkeley [email protected] Outreach Mission Nadine Scott ( 510 ) 635-5703 P.O. Box 5035 OaklandAsian Health Svc Sherry Hirota ( 510 ) 986-6837 818 Webster St Oakland [email protected] Behavioral Health Svcs Jason Kletter ( 510 ) 553-0800 1124 International Blvd. Oakland [email protected]

Bay Area Consortium Gwen Rowe-Lee Sykes ( 510 ) 763-1872 1440 Broadway, Suite 209 Oakland [email protected]

Bodywork Central, inc. Clive Scullion ( 510 ) 547-4313 1533 Shattuck Ave Berkeley [email protected] HERBERT LOFTON ( 510 ) 654-7684 1014-62ND.STREET Oakland [email protected]

CAPE Inc. Almand Rosemary ( 925 ) 443-3434 3095 Independence Dr. Bldg. B Livermore [email protected]

CareerStaff Management Inc. Judy Staats ( 925 ) 803-2040 11875 Dublin Blvd. #A209 Dublin [email protected] for Empowering Refugees Mona Afary ( 510 ) 444-1671 544 International Blvd #9 Oakland [email protected] Of Friends Nicole Moorer ( 510 ) 500-4649 1851 10th Avenue Oakland [email protected] Traditional Chinese Med Alex Feng ( 510 ) 336-0129 3824 MacArthur Blvd. Oakland [email protected]

Conscious Voices Cheryl Cranshaw ( 510 ) 689-7982 2700 International Blvd #22A Oakland [email protected]

Craig L. Adams, Ph.D. Craig Adams ( 510 ) 581-8210 1122 B Street, Suite 206 Hayward [email protected]. Gary T. Thompson Gary Thompson ( 818 ) 312-4910 133 Goethe Street Berkeley [email protected] Circles Renewal Ctr YVONNE BEYER ( 510 ) 601-0132 524 Oakland Ave Oakland [email protected] Crean Eileen Crean ( 510 ) 549-3404 2340 Ward St, Suite 204 Berkeley [email protected] Wagner Elliot Wagner ( 510 ) 382-1450 2939 Summit St., #103 Oakland [email protected] A Escudero PhD Emilio A Escudero ( 510 ) 655-7420 4026 Piedmont Ave Oakland [email protected]

Fruge Psychological Associates Dr. Alexis Green-Fruge ( 510 ) 482-3622 1300 Clay St., Ste 600 Oakland [email protected]

G.O.A.L.S. For Women Gwendolyn Wilson ( 516 ) 465-0565 3356 Adeline Street Berkeley [email protected] L Gardner George L Gardner ( 510 ) 482-1002 4146 Park Blvd Oakland [email protected] Works Holistic Services Ricci Dancy ( 925 ) 472-0703 P. O. Box 8583 Dublin [email protected] Program Chris Kmiec ( 510 ) 764-2428 1290 B Street Suite 301 Hayward [email protected]

Janella Street, Psy.D DBA JSD Janella Street, Psy.D ( 510 ) 847-7452 1061 Eastshore Hwy, Ste 203 Albany [email protected]

Margaret Jones and Associates Margaret Jones ( 510 ) 221-6233 3640 Grand Ave Oakland [email protected] Hotel Richard Singer ( 510 ) 893-7079 344 13th St Oakland [email protected]

MHM, A Nursing Corporation Judi Egger ( 925 ) 292-4200 P.O. Box 3151 Livermore [email protected]

No Drugs Incorporated Amanda Schlim ( 800 ) 490-3784 3225 Seldon Ct Fremont [email protected] California Drug Test. Mersedeh Eghdami ( 510 ) 491-5782 26250 Industrial Blvd., #28 Hayward [email protected]'s Acupuncture & Herb Ctr Li Chun Ou ( 510 ) 420-0463 3905 Grand Ave Oakland [email protected] S. Spivey Patricia S. Spivey ( 510 ) 228-7638 1035 San Pablo Avenue Albany [email protected] III Christian Svc Gerald Agee ( 510 ) 763-5713 1014 21st St Oakland [email protected]

Portia Bell Hume Behavioral Fawada Mojaddidi ( 510 ) 745-9151 3340 Walnut Ave., Ste. 140 Fremont [email protected]

Ralph-Johnnie & Assoicates JOHNNIE LEWIS ( 510 ) 645-4290 1324 ADELINE ST. Oakland [email protected] Onion Nutrition Consulting Tara Doyle ( 510 ) 684-5546 534 Adams Street, Suite 1 Albany [email protected]

S.T.A.R.S., Inc. Mary Jane Gross ( 510 ) 352-9200 545 Estudillo Avenue San Leandro [email protected]

Sara Halpern-Robb Sara Halpern-Robb ( 510 ) 658-0431 5845 College Ave Oakland [email protected]

Exhibit D – RFQ No. 901295Page 2

Page 42: 901295 RFQ Locum Tenens€¦ · Web viewBIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY

Business Name Contact Name Phone Address City EmailSeneca Family of Agencies Ken Berrick ( 510 ) 654-4004 6925 Chabot Rd. Oakland [email protected] Gregory Sharon Gregory ( 510 ) 540-4870 2955 Shattuck Ave Berkeley [email protected] Focus, Inc. Louise Monsour ( 510 ) 595-4635 6355 Telegraph #208 Oakland [email protected] Solid Foundation Minnie Thomas ( 510 ) 482-6490 2577 MacArthur Blvd Oakland [email protected]

Xan B Walker Xan Walker ( 510 ) 859-4407 15970 E. 14th St San Leandro [email protected]

Bay Area Doctors, IncumbentDr. Janak Sachdev or Dr. Neelam Sachdev

707 266-3165 or 707 224-2426 3006 Railroad Avenue Pittsburg [email protected]

Concentric Solutions, Incumbent Shehu Hasan (925) 551-8467 shehu@concentricsolutionsgroup.

com

FCS Inc., IncumbentBob Toth CEO or Dale Taylor VP Client Services

800-783-9152 ext 226 or DT ext 224

[email protected] or [email protected]

Hiawatha Harris, Incumbent Neisha Becton [email protected] & Coker Locum Tenens LLC, Incumbent Joe Schofield 866 999-8396 [email protected]

LocumTenens.com, LLC., Incumbent Kevin Thill 678 992-1282 [email protected]

LocumTenens.com, LLC., Incumbent Katie Duesenberg 678 992-1282 [email protected]

Maxim Healthcare, Incumbent Joel Zdarko or Jadd Martinez (510) 873-0700 [email protected]

Medical Doctors Associates, Incumbent

Ms. Dr. Bernie Cole or Don Awbrey (800) 734-7435 [email protected]

MLR Corp. dba First Call Nursing Services, Incumbent Celina Camillo

[email protected] or [email protected]

Power Personnel, Inc., Incumbent

Cynthia Stewart or Rickey Green

408 283-9144 or 800-778-0711

[email protected] or [email protected]

Premier Healthcare Services, LLC now Advantage On Call

Grant Hargis now Wesley Tomsick now Chris Cooper

San Diego CA [email protected]

619 295-3003 [email protected]

Interim Physicians Josh Curry 514 519-5608 17855 Dallas Parkway, Suite 130 Dallas, TX [email protected]

Exhibit D – RFQ No. 901295Page 3