HomeMy WebLinkAboutP-23-256 Occu-Med Ltd.pdf coU County of Fresno
�+ INTERNAL SERVICES DEPARTMENT
Facilities• Fleet•Graphics• Purchasing • Security•Technology
O� 185�O
ORES
PROCUREMENT AGREEMENT
Agreement Number P-23-256
June 15, 2023
Occu-Med Ltd.
Attn: Chris St. George
2121 W. Bullard Avenue
Fresno, CA 93711
The County of Fresno (County) hereby contracts with Occu-Med Ltd. (Contractor)to provide Medical
Examinations for Exposure to Hazardous Substances in accordance with the text of this agreement,
Attachment"A", County of Fresno Request for Quotation No: 23-035, and the attached contractor's response
to County of Fresno Request for Quotation No: 23-035, by this reference made a part hereof.
TERM: This Agreement shall become effective June 15, 2023 and shall remain in effect through June 14,
2026.
EXTENSION: This Agreement may be extended for two (2) additional one (1)year periods by the mutual
written consent of all parties.
MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County
reserves the right to increase or decrease orders or quantities.
CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment"A"
attached, at the rates set forth in Attachment"A".
ORDERS: Orders will be placed on an as-needed basis by Department of Public Health and Sheriff's Office
under this contract.
PRICES: Prices shall be firm for the contract period.
MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of One
Hundred Fifty-Four Thousand Five Hundred Dollars ($154,500.00).
ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as
deemed necessary. Such additions shall be made in writing and signed by both parties.
DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be
delivered complete as specified. All orders placed before Agreement expiration shall be honored under the
terms and conditions of this Agreement.
DEFAULT: In case of default by Contractor, the County may procure the articles/services from another
source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any
other legal means available to the County. The prices paid by County shall be considered the prevailing
333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110
*The County of Fresno is an Equal Employment Opportunity Employer*
PROCUREMENT AGREEMENT NUMBER: P-23-256 Page 2
Occu-Med Ltd.
June 15, 2023
market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not
meet specifications, will be at the expense of Contractor.
INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing
instructions included in each order referencing this Agreement. The Agreement number must appear on all
shipping documents and invoices. Invoice terms shall be Net 45 Days.
INVOICE TERMS: Net forty-five (45) days from the receipt of invoice.
TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written
notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory
services or supplies provided to the date of termination.
LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they
be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel
engaged in service covered by this Agreement.
AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased
goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible
condition all books, documents, papers, data files and other records related to its performance under this
contract. Such records shall be complete and available to Fresno County, the State of California, the federal
government or their duly authorized representatives for the purpose of audit, examination, or copying during
the term of the contract and for a period of at least three years following the County's final payment under the
contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records
must be retained in the manner described above until all pending matters are closed.
LIABILITY: The Contractor agrees to:
Pay all claims for damage to property in any manner arising from Contractor's operations under this
Agreement.
Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and
employees from any and all claims for damage or other liability, including costs, expenses (including
attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected
with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this
Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages,
liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or
damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under
this Agreement.
INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any
third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following
insurance policies or a program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement:
A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two
Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars
($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific
coverage including completed operations, product liability, contractual liability, Explosion-Col lapse-
Underground, fire legal liability or any other liability insurance deemed necessary because of the nature
of the contract.
B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should
include any auto used in connection with this Agreement.
C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W.,
M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million
Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
P-23-256 Occu-Med Ltd.docx
PROCUREMENT AGREEMENT NUMBER: P-23-256 Page 3
Occu-Med Ltd.
June 15, 2023
D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Additional Requirements Relating to Insurance:
Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of
Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall
apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers,
agents and employees shall be excess only and not contributing with insurance provided under Contractor's
policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days
advance written notice given to County.
Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts
paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely
responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of
subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not
Contractor obtains such an endorsement.
Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide
certificates of insurance and endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, Department of Public Health, 1221 Fulton Street, Fresno, CA 93721,
stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its
officers, agents and employees will not be responsible for any premiums on the policies; that such
Commercial General Liability insurance names the County of Fresno, its officers, agents and employees,
individually and collectively, as additional insured, but only insofar as the operations under this Agreement
are concerned; that such coverage for additional insured shall apply as primary insurance and any other
insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only
and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall
not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County.
Certificates of Insurance are to include the contract number at the top of the first page.
In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County
may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of
such event.
All policies shall be with admitted insurers licensed to do business in the State of California. Insurance
purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or
better.
COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish
proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence.
INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor
under this Agreement, it is mutually understood and agreed that Contractor, including any and all of
Contractor's officers, agents, and employees will at all times be acting and performing as an independent
contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint
venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise
or direct the manner or method by which Contractor shall perform its work and function. However, County
shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations
in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable
provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over
matters the subject thereof.
Because of its status as an independent contractor, Contractor shall have absolutely no right to employment
rights and benefits available to County employees. Contractor shall be solely liable and responsible for
providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor
P-23-256 Occu-Med Ltd.docx
PROCUREMENT AGREEMENT NUMBER: P-23-256 Page 4
Occu-Med Ltd.
June 15, 2023
shall be solely responsible and save County harmless from all matters relating to payment of Contractor's
employees, including compliance with Social Security, withholding, and all other regulations governing such
matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to
others unrelated to the County or to this Agreement.
NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or
duties under this Agreement without the written consent of the other party.
AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County
with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments,
writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature
whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set
forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both
parties.
INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this
Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the
text of this Agreement (excluding Attachment"A"); (2)Attachment"A"; and (3)the Contractor's Response
County's Request for Quotation No. 23-035.
GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the
State of California. Venue for any action shall only be in County of Fresno.
ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic
signature as provided in this section.
A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement
to represent their signature, including but not limited to (1) a digital signature; (2) a faxed version of an
original handwritten signature; or(3) an electronically scanned and transmitted (for example by PDF
document) of a handwritten signature.
B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid
original handwritten signature of the person signing this Agreement for all purposes, including but not
limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and
effect as the valid original handwritten signature of that person.
C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in
the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section
1633.1).
D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of
Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other
party may rely upon that representation.
This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means
and either party may sign this Agreement with an original handwritten signature.
Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or
USPS.
P-23-256 Occu-Med Ltd.docx
PROCUREMENT AGREEMENT NUMBER: P-23-256 Page 5
Occu-Med Ltd.
June 15, 2023
Please refer any inquiries in this matter to Susan Walker, Purchasing Technician, at 559-600-7111 or
suwalker@fresnocountyca.gov.
FOR THE COUNTY OF FRESNO
Digitally signed by Gary Cornuelle
Gary 0 rn U e I I e Date:2023.06.16 14:10:52-07'00'
Gary E. Cornuelle
Purchasing Manager
333 W. Pontiac Way
Clovis, CA 93612
GEC:slw
P-23-256 Occu-Med Ltd.docx
PROCUREMENT AGREEMENT NUMBER: P-23-256 Page 6
Occu-Med Ltd.
June 15, 2023
CONTRACTOR TO COMPLETE:
Company: OCCu-Med Ltd.
Type of Entity:
❑ Individual ❑ Limited Liability Company
❑ Sole Proprietorship ❑ Limited Liability Partnership
■❑ Corporation ❑ General Partnership
2121 West Bullard Ave Fresno CA 93711
Address City State Zip
559.435.2800 559.435.7200 cstgeorge@occu-med.com
TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS
Print Name & Andrew Johnson, President Sherri Conley, Star
Title: Print Name &Title: ecre y
Digitally Digitally signed by Andrew Di signedb Sherri Conley
Andrew Johnson g y y
Johnson Date:2023.06.1609:54:04 Sherri Conley ate:2023.06.1611:31:54
Signature: -07'00' Signature:
ACCOUNTING USE ONLY
ORG No.: 56204762, 31113318
Account No.: 7295, 7295
Requisition No.: 5622300876, 3111232139
(08/2022)
P-23-256 Occu-Med Ltd.docx
Procurement Agreement Number P-23-256 Attachment"A"
Occu-Med Ltd. Page 1 of 4
06/15/2023
ATTACHMENT "A"
Quotation Schedule
FOCCU-MED LTD
GROUP I
Inspector Baseline Examination
Physician services to include occupational and general medical history and complete physical Cost per
examination. Test/Service
A. Audiogram $ 66.00
B. Visual Screening (as defined) $ 66.00
C. Chest X-Ray(14x17) $ 115.50
D. Cardiology(as defined) $ 115.50
E. Hemoccult Test $ 30.00
F. Complete Blood Count $ 25.00
G. Complete Urinalysis $ 17.00
H. Physical Measurements(as defined) $ 115.50
I. Blood Chemistry(as defined) $ 30.00
J.Venipuncure $ 33.00
K. Scheduling Fee $ 40.00
L. Exam Review Fee $ 60.00
Emergency Responder Baseline Examination
Will consist of the same test listed above for Inspector Baseline Examination in addition to the following:
A. Cardiology(as defined) $ 115.50
B. Spirometry(as defined) $ 99.00
C. Scheduling Fee $ 40.00
D. Exam Review Fee $ 60.00
SUB TOTAL $ 1,028.00
GROUP 11
The Contractor shall provide annually to all selected employees who have previously had base-line examinations, the
periodic examination.The Contractor will provide more frequent examinations when conditions including previously
diagnosed work-related health problems are found. Documented environmental data, which indicates occupational exposures
to regulated carcinogens and other chemicals,will also establish the need for regular monitoring.
Inspector's Periodic Examination Cost per
Test/Service
Physician services(as defined).
A. Audiogram (optional/discretion) $ 66.00
B. Cardiology(as defined) $ 115.50
C. Blood Chemistry(as defined) $ 30.00
D. Complete Blood Count(as defined) $ 25.00
E. Urinalysis $ 17.00
G.Venipuncture $ 33.00
H. Scheduling Fee $ 40.00
I. Exam Review Fee $ 60.00
Procurement Agreement Number P-23-256 Attachment"A"
Occu-Med Ltd. Page 2 of 4
06/15/2023
Emergency Responder Periodic Examination
Will consist of the same test listed above for Inspector Periodic Examination in addition to the
following:
A. Cardiology(as defined) $ 115.50
B. Spirometry(as defined) $ 99.00
C. Scheduling Fee $ 40.00
D. Exam Review Fee $ 60.00
SUB TOTAL $ 701.00
GROUP III
Physician services to include occupational and general medical history and complete physical examination.
Lab Personnel Vaccines and Titer Cost per
Test/Service
A. Tetanus, diphtheria, and pertussis(Tdap)vaccine $ 93.18
B. Measles, mumps, and rubella (MMR)vaccine $ 165.02
C. Varicella vaccine $ 296.72
D. Influenza vaccine $ 35.99
E. SARS-CoV2 vaccine and boosters* $ 74.25
F. Rabies vaccine and Quantitative Titer $ 781.17
G. Meningococcal ACYW 135 vax(Menveo)&Meningococcal B vax(Bexero) $ 246.63
H. Monkeypox vaccine N/A
I. Hepatitis B vaccine $ 147.66
J. Immunization Management Fee $ 45.00
SUB TOTAL $ 1,885.62
*Admin Fee only
GROUP IV
When medical history and occupational history information indicates, the Contractor agrees to provide other tests or
examinations that may be required by Title 8 of the California Administrative Code, General Industry Safety Orders,
incorporated herein as follows:
Cost per
Test/Service
A. Certification to Wear Respiratory Protective Equipment N/A
B. Asbestos Exposure (as defined) $ 480.50
C. Carcinogens Cost per
Test/Service
1. Primary target is pulmonary(as defined) N/A
2. Primary target is urinary tract(as defined) N/A
3. Primary target organ is liver(as defined) N/A
4. Primary target organ is gastrointestinal tract(as defined) N/A
5. Primary target organ is skin (as defined) N/A
6. Primary target organ system is hematopoietic(as defined) N/A
D. Vinyl Chloride Cost per
Test/Service
1. General Physical Examination (as defined) $ 115.50
2. Medical History(as defined) Included with
Physical
3. Serum Specimen (as defined) N/A
E. Dibromo 3-Chloropropane (DBCP)other known Spermatotoxic Agents(as defined) N/A
F. Acrylonitrile(as defined) N/A
Procurement Agreement Number P-23-256 Attachment"A"
Occu-Med Ltd. Page 3 of 4
06/15/2023
G. 4 Methylenebis(2-Chloraniline) MOCA Urinary Metabolite Bioassay N/A
H. Cholinesterase RBC and Plasma/Serum $ 60.00
I. Lateral/Oblique X-Rays $ 181.50
J. Sputum Cycology N/A
K. Lung Biopsy N/A
L. Laryngoscope N/A
M. Proctosigmoidoscopy N/A
N. Colonoscopy N/A
O. Barium Contrast N/A
P. Cystoscopy N/A
Q. Renal Scan N/A
R. Liver Biopsy N/A
S. Liver Scan N/A
T. Urinary Phenol N/A
U. Bone Marrow N/A
V. Gamma Glutamyl transpeptidase N/A
W. MOCA Urinary Metabolic Assay N/A
X. Physician Consultation with Examinee Scan N/A
Z. Review job descriptions(physical abilities&environmental factors)as necessary, determine work N/A
location and areas of work specialization.
AA. OSHA Respirator Questionnaire (1910.134)Appendix C or equivalent) $ 40.00
AB.Authorization for Release of Information from Medical Form Included with
Physical
AC. PPD (TB)Skin Test $ 33.00
AD. Hepatitis Titer(anti-HB's)Testing $ 26.00
AE. Hepatitis B Vaccine $ 147.66
AF. Venipuncture $ 33.00
AG. Scheduling Fee $ 40.00
AH. Exam Review Fee $ 60.00
SUB TOTAL $ 480.50
GROUP V
Exiting Inspectors, Emergency Responders and Lab staff will be required to participate in this medical exam. The exam
content will consist of all tests as identified in the Base Line exam (for either the Inspector, Emergency Responder, or Lab
staff)and/or specific tests recommended by the Physician.
Exit Examinations Cost per
Test/Service
A. Tetanus, diphtheria, and pertussis(Tdap)vaccine $ 93.18
B. Measles, mumps, and rubella (MMR)vaccine $ 165.02
C. Varicella vaccine $ 296.72
D. Influenza vaccine $ 59.38
E. SARS-CoV2 vaccine and boosters* $ 74.25
F. Rabies vaccine and Quantitative Titer $ 781.17
G. Meningococcal ACYW135 vax(Menveo)&Meningococcal B vax(Bexero) $ 246.63
H. Monkeypox vaccine N/A
I. Hepatitis B vaccine $ 147.66
J. Immunization Management Fee $ 45.00
SUB TOTAL $ 1,909.01
*Admin Fee only
Procurement Agreement Number P-23-256 Attachment"A"
Occu-Med Ltd. Page 4 of 4
06/15/2023
GROUP VI
Other Services Fees/Rates
Summary Report(Contractor's medical director shall review all medical records and test results and shall,within 30 days of
the examination, submit a summary report of an employee's suitability for continued work activities and certification of ability.)
Exit Examinations Cost per
Test/Service
A. Review and quality control of medical examinations. (defined) $ 60.00
B. Consultation Services(defined) Per Hour $ 250.00
C. Physician Review(defined) Per Hour $ 250.00
SUB TOTAL $ 560.00
GROUP VII
QUOTATION SCHEDULE-Sheriff's Office
The Contractor shall provide annually to all selected Sheriff's Office employees who are in need of or have previously had
base-line examinations,the annual examination.
Periodic Examination Cost per
Test/Service
A. Audiogram $ 66.00
B. Blood Chemistry(Lead levels) $ 60.00
C.Venipuncture $ 33.00
D. Scheduling Fee $ 40.00
E. Review Fee $ 60.00
SUB TOTAL $ 259.00
Contractor's Response to
County of Fresno
Request for Quotation
No. 23-035
P-23-256 Occu-Med Ltd.docx
COUNTY OF FRESNO
ADDENDUM NUMBER: ONE (1 )
RFQ NUMBER: 23-035
MEDICAL EXAMINATIONS FOR EXPOSURE TO
HAZARDOUS SUBSTANCES
Issue Date: May 16, 2023
CLOSING DATE: MAY 31 2023 AT 2:00 PM
Submit all Questions and Quotations on the Bid Page at Public Purchase.
For assistance contact Susan Walker at (559) 600-7110.
NOTE THE FOLLOWING ADDITIONS, DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF
REQUEST FOR QUOTATION NUMBER: 23-035 AND INCLUDE THEM IN YOUR RESPONSE. PLEASE SIGN
AND RETURN THIS ADDENDUM WITH YOUR QUOTATION.
➢ QUESTIONS AND ANSWERS
Q1. Does the County require both the Exhibit A "Quotation Schedule" .pdf forms and Excel
Spreadsheet Exhibit A be completed and submitted? Or, alternatively, can only the Excel
Spreadsheet be submitted?
A1. Fully complete and include the Excel Spreadsheet version of Exhibit A with your bid response.
Q2. The RFQ notes "*All pricing must be held for five years". Can the vendor add an escalator for
each year after the Base Year approximating the Consumer Price Inflation Index for Healthcare?
A2. Bidders must hold pricing for five (5) years as stated in the RFQ.
ACKNOWLEDGMENT OF ADDENDUM NUMBER ONE (1) TO RFQ 23-035
Occu-Med Ltd.
COMPANY NAME:
(PRINT)
SIGNATURE:
NAME & TITLE: Chris St. George Business Development Director
(PRINT)
Purchasing Use:SW:st ORG/Requisition:4762,4746 4882, 1620/5622300876;31113318/3111232139
23-035 Addendum 1.docx
COUNTY OF FRESNO
co
o �1 6 O
REQUEST FOR QUOTATION
NUMBER: 23-035
MEDICAL EXAMINATIONS FOR EXPOSURE TO
HAZARDOUS SUBSTANCES
Issue Date: May 10, 2023
Closing Date: MAY 312023 AT 2:00 PM
All Questions and Responses must be electronically submitted on the Bid Page on Public Purchase.
For assistance, contact Susan Walker at Phone (559) 600-7110.
BIDDER TO COMPLETE
Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms stated in this RFQ.
Bid must be signed and dated by an authorized officer or employee.
Occu-Med Ltd.
COMPANY
Chris St. George
CONTACT PERSON
2121 West Bullard Ave
ADDRESS
Fresno CA 93711
CITY STATE ZIP CODE
( )559.435.2800 x207 cstgeorge@occu-med.com
TELEPHONE NUMBER E-MAIL ADDRESS
AUTHORIZED SIGNATURE
Chris St. George Business Development Director
PRINT NAME TITLE
Purchasing Use:SW:st ORG/Requisition:4762,4746,4882,1620/5622300876-1 31113318/3111232139
23-035 Medical Examinations for Exposure to Hazardous Substances.docx
4bg
OGGU-MED
James A.Johnson
President&CEO
May 31, 2023
Susan Walker
Purchasing Technician
The County of Fresno
333 West Pontiac Way
Clovis, CA 93612
RE: Response to Request for Quotation(RFQ)Number: 23-035
Medical Examinations For Exposure to Hazardous Substances -Cover Letter
Dear Ms. Walker:
Occu-Med is pleased to submit our Quotation in response to the County of Fresno's Request for
Quotation(RFQ)Number: 23-035 Medical Examinations For Exposure to Hazardous Substances.
Occu-Med, a federally registered small-business corporation,with regional offices throughout the
United States and headquartered here in Fresno County,has been an industry leader in
occupational health for over 43 years. Our approach in responding to the County's RFQ is one
that capitalizes on our expertise in order to provide the County with a comprehensive and cost
effective solution for administering a quality,ADAAA,FEHA,POST&CAL/OSHA compliant
Occupational Health Program.
Accordingly,we are continuing to offer the County an Occupational Health Testing Program that
has been utilized by the County for over two decades. Enclosed in our Quote are the Forms and
Exhibits the County requested be completed. Our quote is valid for 180 days from the date
printed on this letter. And, if selected, Occu-Med agrees to hold these rates firm for a period of 5
years. Occu-Med has reviewed the General Requirements&Conditions of this RFQ and requests
and notes the only exception that we are not bidding the specialized tests requested in Group IV.
Should the need arise,which we believe to be highly unlikely, Occu-Med would be happy to
assist the County in obtaining one or more of these specialized tests. Beyond that,we are well
acquainted with the County's requirements as we have worked together for a significant period.
I can be contacted directly at the number printed below at extension 207,we look forward to
hearing from you.
Sincerely,
Christopher St. George
Business Development Director
2121 West Bullard Avenue,Fresno,California 937111 559.435.28001 Fax:559.435.7200 1 www.occu-med.com
Quotation No. 23-035 Page 13
VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION.
Firm:
REFERENCE LIST
Provide a list of at least five (5) customers for whom you have recently provided similar
products/services. If you have held a contract for these or similar services with the County of
Fresno within the past seven (7) years, list the County as one of your customers. Please list the
person most familiar with your contract. Be sure to include all requested information.
Reference Name: State of Oregon - OSHA Contact: Tracey Brown
Address:
City: Salem, OR State: OR Zip:
Phone No.: ( 503 ) 779-9554 Date: 2016-Present
Service Provided: OSHA Surviallance Exams
Reference Name: The County of Sacramento Contact: Denise Curry
Address:
City: Sacramento State: CA Zip:
Phone No.: ( 916 ) 876-5005 Date: 2017-Present
Service Provided: Pre-Placement and Periodic Occupational Health Exams
Reference Name: San Joaquin County Contact: Roman Plateau
Address:
City: Stockton State: CA Zip:
Phone No.: ( 209 ) 468-9555 Date: 1990-Present
Service Provided: Pre-Placement and Periodic Occupational Health Exams
Reference Name: City of Fresno Contact: Ana Rocha
Address: 2600 Fresno St
City: Fresno State: CA Zip: 93721
Phone No.: ( 559 ) 621-6952 Date: 2017-Present
Service Provided: Pre-Placement and Periodic Occupational Health Exams
Reference Name: The County of Fresno Contact: Lucy Garcia
Address:
City: Fresno State: CA Zip:
Phone No.: ( 559 ) 600-1830 Date: 2017-Present
Service Provided: Pre-Placement and Periodic Occupational Health Exams-Seperate Contract from this RFQ.
We have also hold this contract Harry Yee has been our most recent POC at the County- Ph: 559.600.3271
Failure to provide a list of at least five (5) customers may be cause for rejection of this RFQ.
23-035 Medical Examinations for Exposure to Hazardous Substances.docx
Quotation No. 23-035 Page 12
BIDDER TO COMPLETE THE FOLLOWING:
PARTICIPATION
The County of Fresno is a member of the Central Valley Purchasing Group. This group consists of Fresno,
Kern, Kings, and Tulare Counties and all governmental, tax supported agencies within these counties.
Whenever possible, these and other tax supported agencies co-op (piggyback)on contracts put in place by
one of the other agencies.
Any agency choosing to avail itself of this opportunity, will make purchases in their own name, make
payment directly to the contractor, be liable to the contractor and vice versa, per the terms of the original
contract, all the while holding the County of Fresno harmless. If awarded this contract, please indicate
whether you would extend the same terms and conditions to all tax supported agencies within this group as
you are proposing to extend to Fresno County.
FYes, we will extend contract terms and conditions to all qualified agencies within the Central Valley
Purchasing Group and other tax supported agencies.
FE71No, we will not extend contract terms to any agency other than the County of Fresno.
(Authorized Signature)
Business Development Director
Title
23-035 Medical Examinations for Exposure to Hazardous Substances.docx
Quotation No. 23-035 Page 22
CHECK LIST
This Checklist is provided to assist the vendors in the preparation of their bid response. Included in this list,
are important requirements and is the responsibility of the bidder to submit with the bid package in order to
make the bid compliant. Because this checklist is just a guideline, the bidder must read and comply with the
bid in its entirety.
Check off each of the following:
1. X The Request for Quotation (RFQ) has been signed and completed.
2. X Addenda, if any, have been signed and included in the bid package.
3. X The completed Reference List as provided with this RFQ.
4. X The Quotation Schedule as provided with this RFQ has been completed, price reviewed for
accuracy and any corrections initialed.
5. X Indicate all of bidder exceptions to the County's requirements, conditions and specifications
as stated within this RFQ.
6. X The Participation page as provided within this RFQ has been signed and included
7. X Bidder to Complete page as provided with this RFQ.
8. X Return checklist with RFQ response.
9. X Completed RFQ in pdf format, electronically submitted to the Bid Page on Public
Purchase.
23-035 Medical Examinations for Exposure to Hazardous Substances.docx