LOCUM TENENS SERVICES



Similar documents
RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

COC-Insurance Requirements Page 1 of 9

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

INVITATION TO BID EOE

Stephenson County, Illinois

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

TOWN OF SCITUATE MASSACHUSETTS

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

Insurance & Bonding Requirements. Eastside Trail Extension

REQUEST FOR PROPOSALS

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

COUNTY OF TANEY, MISSOURI

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

CITY OF POMONA. Request for Qualifications and Proposals. For

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

FY and ongoing Mental Health Crisis Evaluation Services

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

EXHIBIT A (of Request for Proposal)

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

CERTIFIED PSYCHIATRIC NURSE SPECIALIST PROVIDER FILE APPLICATION

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

AGREEMENT FOR PROVISION OF FOSTER CARE SERVICES

Warner Robins Housing Authority

St. Andrews Public Service District

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

14RFP00721B-WL, Small Business Market Availability Study

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

Invitation for Bid. For. Bank Courier Services

QSP INFORMATION AT A GLANCE

GENERAL TERMS & CONDITIONS OF QUOTE

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

CITY of DALY CITY INSURANCE REQUIREMENTS

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

LIVINGSTON COUNTY MICHIGAN

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

EXHIBIT D INSURANCE REQUIREMENTS

How To Work For A City Of Germany Project

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST.

Unified School District No. 489 Request For Proposals

Request for Statements of Qualifications # for Electric Motor Repair

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

Village of Nakusp RFQ Source Protection Plan

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

INVITATION FOR BID BID NO FOR: MAIL METER MACHINE COMMODITY CODE:

Request for Quotation (RFQ)

1. Applicants must provide information requested in the section titled Required Information.

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES

INDEPENDENT CONTRACTORS AGREEMENT

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J Phone: (908) Fax:

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

Request for Proposal. Broker and Claims Management Services For Redlands Christian Migrant Association, Inc. Workers Compensation Insurance Program

How To Insure Construction Contracts In Northern California Schools Insurance Group

Department of Purchasing & Contract Compliance

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

Debt Collection Services

PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ ADDENDUM # 2

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Insurance Broker Agent of Record

CONTRACT FOR SCHOOL SERVICES - MULTI-LOCATION

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

Insurance Requirements for Contractors (Without Construction Risks)

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL Construction Management Services for the MCC Health and Wellness Center

INFORMAL BIDDING APPLICATION FOR REGISTRATION November 2015 October 2016

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Website Design & Development For the. Tourism Department

EXHIBIT B. Insurance Requirements for Construction Contracts

SAMPLE SERVICES CONTRACT

The CITY OF BAYONNE is soliciting responses/proposals to the City s RFQ/RFP for the provision of the following professional services:

Borough of Jamesburg

5. Preparation of the State and Federal Single Audit Reports.

Transcription:

Issue Date: March 19, 2014 COUNTY OF MERCED REQUEST FOR QUALIFICATIONS NUMBER 7042 LOCUM TENENS SERVICES Mark A. Cowart Administrative Services, Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Please carefully read and follow the instructions. Please direct all questions to: County of Merced Department of Administrative Services-Purchasing Division 2222 "M" Street, Room 1 Merced, California 95340 Attn. Kim Nausin Phone: 209-385-7513 Fax: 209-725-3535 E-Mail: knausin@co.merced.ca.us PLEASE RESPOND BY: 4:00 P.M., ON Thursday, April 10, 2014 STRIVING FOR EXCELLENCE 1

TABLE OF CONTENTS Cover Page...1 Table of Contents...2 SECTIONS: 1 Intent... 3 2 Requested info...5 ATTACHMENTS: A Signature Page..7 EXHIBITS: Ex 1 Insurance..8 2

SECTION 1 INTENT OF THE REQUEST FOR QUALIFICATIONS 1.1. INTRODUCTION It is the intent of the County of Merced (hereafter County ) to solicit and contract with a supplier to provide locum tenens services to the Department of Mental Health. The County s goal is to gather levels of interest and qualification. Information realized as a result of this RFQ will be used to either develop service contract(s) or to determine the feasibility of creating a Request for Proposal (RFP) for such services and may be used to construct a list of prospective vendors. There is no commitment, implied or otherwise, by the County to continue with the procurement process. 1.2. SCHEDULED ACTIVITIES To the extent achievable, the following schedule shall govern the RFQ. The County reserves the right to modify the dates below. Activity Estimated Schedule Date 1.2.1. Availability of the Request for Qualification 03/19/2014 1.2.2. Deadline for Submission of Interpretation and/or 04/02/2014 Questions 1.2.3. Closing Date for the Request for Qualification 04/10/2014 3

SECTION 2 PROGRAM REQUIREMENTS 2.1. REQUIREMENTS The County is looking to secure provider(s) of locum tenens services to supply licensed and qualified temporary psychiatrists to the Department of Mental Health. Services of the temporary psychiatrists will be rendered at County of Merced, Mental Health outpatient facilities, located in Merced, Livingston and Los Banos, California and the Marie Green Psychiatric Center, inpatient Psychiatric Health Facility, located in Merced, California. The locum tenens provider must be able to meet the needs of the County which include, but are not limited to, the following: A. Use its best effort to source, screen and present licensed qualified psychiatrist(s) in the State of California to provide psychiatric inpatient and outpatient services, for adults and children, on a temporary basis to meet the needs of the County. B. Provide candidates who are properly certified to provide Medi-Cal billable services in the State of California. C. Provide candidates who meet the criminal background clearance requirements of the County, pursuant to State of California, Welfare and Institutions Code, Section 5405. D. Provide up-to-date evidence of candidate licensure. E. Reimburse candidate s fees directly to candidate. F. Allow County to retain any patient revenue generated by candidate s services (i.e. Medi-Cal revenue). G. Provide a comprehensive cost sheet with all-inclusive rates for all services to be provided, including any special fees, such as recruitment/reassignment fees. H. Provide evidence of insurance coverage that meets the County requirements for locum tenens provider and temporary psychiatrist (Exhibit 1). 2.2 FINGERPRINTING AND CRIMINAL CLEARANCE Pursuant to State of California, Welfare and Institutions Code, Section 5405, County of Merced must ensure that any contractor for services provided directly to patients at the Marie Green Psychiatric Center, inpatient Psychiatric Health Facility, and at the outpatient clinics, is cleared through a fingerprinting and criminal clearance background check through the Department of Justice and, as applicable, also through the Department of Health Care Services. County of Merced will conduct the background checks as necessary for the proposed locum tenens candidate. County of Merced will only accept candidates cleared in advance through this process. 4

SECTION 3 REQUESTED INFORMATION 3.1. RESPONSE Responses to the RFQ must include, but are not limited to: A. Provide a description of the organization and a summary of its skills/strengths. B. Provide a summary of the vendor s approach in providing locum tenens services, including a history of competency in providing placements. C. Provide names, titles, addresses and telephone numbers of three references for the vendor s suitability, experience, satisfactory performance, and timely responses with a similar program. D. Any exceptions to the RFQ requirements including insurance and criminal clearance. 3.2. EVALUATION CRITERIA The following criteria will be used by the County of Merced in evaluating submissions: A. Experience and competence of the identified key areas of work identified in the Requirements. B. Comprehensive rates for locum tenens services. C. Evidence of insurance. D. Reference recommendations. 5

SECTION 4 INFORMATION TO BIDDERS 4.1. REQUEST FOR INFORMATION CLOSING DATE County would like to receive the responses in the Merced County Department of Administrative Services-Purchasing Division on or before 4:00 p.m. on April 10, 2014. Please provide responses in an e-mail, sealed envelope, box or appropriate package with the RFQ number marked on the outside (or in the subject line of the e-mail) and deliver to: Merced County Department of Administrative Services-Purchasing Division: 2222 "M" Street Merced, California95340 Attention: Kim Nausin Phone: 209-385-7513 Fax: 209 725-3535 E-mail: knausin@co.merced.ca.us 4.2. INTERPRETATION, CORRECTIONS AND ADDENDA Please carefully examine the specifications, terms and conditions provided in the Request for Qualifications. If you find an ambiguity, conflict, discrepancy, omission or error or if you have any questions please notify the contact person as shown above in 3.1 REQUEST FOR QUALIFICATION CLOSING DATE by the date shown in Deadline for Submission of Interpretation and/or Questions in 1.2 SCHEDULE OF ACTIVITIES. Any change in the RFQ will be made only by written addendum, issued by the Department of Administrative Services-Purchasing Division and shall be incorporated in the RFQ. 4.3. GENERAL INFORMATION THE COUNTY SHALL NOT BE LIABLE FOR ANY COSTS INCURRED BY THE BIDDER IN CONNECTION WITH THE PREPARATION AND SUBMISSION OF THIS OR ANY OTHER RESPONSE TO AN RFQ. All responses and accompanying documentation submitted will become the property of the County and will not be returned. 4.4. RESPONSE CONTENT Please keep your response in the format outlined within this document. Use as much space as necessary to give as complete an answer as possible. If additional space is required, feel free to attach additional pages. Please feel free to include any relevant brochures, white papers, etc., a brief history of your company, a summary of relevant background information, a describing your company s experience of major accomplishments and/or activities similar to the information requested, etc. 6

ATTACHMENT A SIGNATURE PAGE (PLEASE COMPLETE AND PLACE IN FRONT OF RFQ) INDIVIDUAL/COMPANY: ADDRESS: (P.O. Box/Street) (City) (State) (Zip) CONTACT PERSON: TITLE: TELEPHONE NO.: FAX NO.: E-MAIL ADDRESS: WEB SITE URL: The undersigned hereby certifies that he/she is a duly authorized official of their organization and has the authority to sign on behalf of the organization and assures that all statements made in the response to the RFQ are true. Authorized Representative - Name Title Signature Date 7

EXHIBIT 1 INSURANCE (CONTRACTOR = Locum Tenens Company and PROVIDER = Locum Tenens Doctor assigned to COUNTY) A. Prior to commencement of work, CONTRACTOR shall purchase and maintain the following type of insurance for minimum limits indicated during the term of this Agreement and provide a Certificate of Insurance from CONTRACTOR s Insurance Carrier guaranteeing such coverage to the COUNTY for CONTRACTOR and for PROVIDER. Such Certificate shall be mailed directly to the COUNTY department as referenced under Section, NOTICES. For the purposes of this section, the parties agree that PROVIDERS are to be placed with COUNTY, but not considered direct employees, agents or assigns of either party. 1. Commercial General Liability: $1,000,000 per occurrence and $3,000,000 annual aggregate covering bodily injury, personal injury and property damage. The COUNTY and its officers, employees and agents shall be endorsed to above policies as an Additional Insured for liability arising from any negligent act, error, omission, or negligence of Contractor or its employees, or PROVIDER from the performance of this Agreement. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage, or split limits of $500,000 per person/$1,000,000 per accident for bodily injury and $250,000 per accident for property damage. 3. Workers Compensation: Contractor and Provider shall provide WC coverage as required by law. 8

4. Medical Professional Liability: $1,000,000 minimum limit per occurrence and $5,000,000 minimum annual aggregate limit covering PROVIDER s wrongful acts. B. Insurance Conditions 1. Insurance is to be placed with admitted insurers rated by A.M. Best Co. as A:VII or higher. Lower rated, or approved but not admitted insurers, or insurance pooling agreements may be accepted if prior approval is given by the County s Risk Manager. 2. Each of the above required policies shall be endorsed to provide COUNTY with 30 days prior written notice of cancellation. COUNTY is not liable for the payment of premiums or assessments on the policy. No cancellation provisions in the insurance policy shall be construed in derogation of the continuing duty of CONTRACTOR to furnish insurance during the term of this Agreement. 9