45
Respondent Name: _____________________ TARRANT COUNTY PURCHASING DEPARTMENT JACK BEACHAM, C.P.M., A.P.P. MELISSA LEE, C.P.M., A.P.P. PURCHASING AGENT ASSISTANT PURCHASING AGENT RFP NO. 2019-153 REQUEST FOR PROPOSALS FOR EMPLOYEE DRUG AND ALCOHOL TESTING PROPOSALS DUE MAY 29, 2019 2:00 P.M. RFP NO. 2019-153

RFP NO. 2019-153 REQUEST FOR PROPOSALS FOR

Embed Size (px)

Citation preview

Respondent Name: _____________________

TARRANT COUNTY PURCHASING DEPARTMENT JACK BEACHAM, C.P.M., A.P.P. MELISSA LEE, C.P.M., A.P.P. PURCHASING AGENT ASSISTANT PURCHASING AGENT

RFP NO. 2019-153

REQUEST FOR PROPOSALS FOR

EMPLOYEE DRUG AND ALCOHOL TESTING

PROPOSALS DUE MAY 29, 2019 2:00 P.M.

RFP NO. 2019-153

TABLE OF CONTENTS PRE-PROPOSAL CONFERENCE .................................................................... 1

OPENING DATE, TIME, PROCEDURES, CONTACTS .................................... 2

GENERAL CONDITIONS ................................................................................. 2

SPECIAL CONDITIONS OF THE CONTRACT ................................................. 7

STATEMENT OF WORK .................................................................................. 15 I. STATEMENT OF PURPOSE ....................................................................... 15 II. BACKGROUND INFORMATION ................................................................. 15 III. ENDORSEMENT AND AGREEMENT ......................................................... 16 IV. SERVICE REQUIREMENTS ........................................................................ 16 V. BASIC REQUIREMENTS FOR SCOPE OF SERVICES ............................. 17 VI. PROPOSAL SUBMISSION REQUIREMENTS ............................................ 22 VII. PROPOSAL PREPARATION AND SUBMISSIONS ................................... 24 VIII. TERMS AND CONDITIONS FOR PROPOSALS ........................................ 24 IX. EVALUATION OF PROPOSALS ................................................................ 25 X. INDEMNIFICATION ..................................................................................... 26 XI. MISCELLANEOUS ...................................................................................... 26

TARRANT COUNTY HUB POLICY ................................................................ 27

FORMS AND QUESTIONNAIRE DISADVANTAGED BUSINESS ENTERPRISES FORM ............................................... 31 REFERENCES .............................................................................................................. 32 SIGNATURE FORM ...................................................................................................... 34 COMPLIANCE WITH FEDERAL AND STATE LAWS FORM ........................................ 36 DEFICIENCIES AND DEVIATIONS FORM ................................................................... 37 NO-BID RESPONSE ..................................................................................................... 38 PROPOSED SUBCONTRACTORS ............................................................................... 39 PROPOSER/SUBCONTRACTOR INFORMATION ....................................................... 40 PROPOSAL PRICE FORM ............................................................................................ 41

This Table of Contents is intended as an aid to Respondents and not as a comprehensive listing of the proposal package. Respondents are responsible for reading the entire proposal package and complying with all specifications.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 1 OF RFP NO. 2019-153

PRE-PROPOSAL CONFERENCE

All Respondents are encouraged to attend a Pre-Proposal Conference to be held:

DATE: WEDNESDAY, MAY 15, 2019

TIME: 2:00 P.M.

LOCATION: TARRANT COUNTY ADMINISTRATION BUILDING PURCHASING DEPARTMENT CONFERENCE ROOM 100 E. WEATHERFORD STREET, ROOM 303 FORT WORTH, TEXAS 76196-0104

Note: There is No opportunity for remote attendance of this meeting.

Tarrant County will not provide copies of RFP documents. Please download and print prior to meeting.

RSVP: Respondents planning to attend the pre-proposal conference should RSVP, in writing, via facsimile, no later than 5:00 p.m., Tuesday, May 14, 2019.

Send RSVPs to Dianna Lee, C.P.M., Senior Contracts Administrator, at (817) 884-2629. Questions from Respondents will be addressed at the pre-proposal conference. Any Respondent who submits a proposal without attending the scheduled pre-proposal conference does so at his own risk. Respondents who submit a proposal and do not attend the scheduled pre-proposal conference waives any right to assert claims due to undiscovered conditions.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 2 OF RFP NO. 2019-153

Tarrant County is soliciting proposals for EMPLOYEE DRUG AND ALCOHOL TESTING, COUNTYWIDE. VENDOR MUST SUBMIT THEIR PRICES ON THE PRICE PROPOSAL FORM. NO ADDITIONAL FEES OR CHARGES WILL BE CONSIDERED. ADDITIONAL CHARGES MAY RESULT IN REJECTION OF PROPOSAL.

Original and Three (3) Copies OF

COMPLETED PROPOSALS MUST BE RECEIVED IN THE

TARRANT COUNTY PURCHASING DEPARTMENT AT 100 E. WEATHERFORD, SUITE 303 FORT WORTH, TEXAS 76196-0104

ON OR BEFORE MAY 29, 2019 AT 2:00 P.M.

All proposals are due in the Tarrant County Purchasing Department by the due date in sealed envelopes or boxes. All proposals must be clearly marked with the Proposal Number, the name of the company submitting the proposal package, and date and time of opening on the outside of the envelope/box and/or Air Bill/Delivery Receipt. The original proposal must be clearly marked "ORIGINAL" and contain all original signatures. “No-Bid” response to be returned on the form included in the section under Forms. Any proposal received after the date and hour set for Proposal opening will not be accepted. The Respondent will be notified and will advise Tarrant County Purchasing as to the disposition by either pick up, return at Respondent’s expense, or destroyed with written authorization of the Respondent. If Proposals are sent by mail to the Tarrant County Purchasing Department, the Respondent shall be responsible for actual delivery of the Proposal package to the Tarrant County Purchasing Department before the date and hour set for Proposal opening. If mail is delayed either in the postal service or in the internal mail system of Tarrant County beyond the date and hour set for the Proposal opening, proposals thus delayed will not be considered and will be disposed of as authorized. Proposals may be withdrawn at any time prior to the official opening. Alterations made before opening time must be initialed by Respondent guaranteeing authenticity. After the official opening, Proposals become the property of Tarrant County and may not be amended, altered or withdrawn without the recommendations of the Tarrant County Purchasing Agent and the approval of Tarrant County Commissioners Court. Tarrant County is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in this proposal. Tarrant County is not exempt from Surplus Lines Tax or Texas Stamping Tax. Tarrant County reserves the right to accept or reject in part or in whole any proposals submitted and to waive any technicalities for the best interest of Tarrant County. No oral explanation or instructions will be given by Tarrant County officials or employees in regard to the meaning of the proposal specifications before the award of the contract unless authorized by the Tarrant County Purchasing Agent or their designee. Requests from interested proposers for additional information or interpretation of the information included in the specifications should be directed in writing to:

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 3 OF RFP NO. 2019-153

DIANNA LEE, C.P.M., SENIOR CONTRACTS ADMINISTRATOR FAX: (817) 884-2629

All documents relating to this proposal including but not limited to, the proposal document, questions and their responses, addenda and special notices will be posted under the proposal number on the Tarrant County website and available for download by interested parties. No documents will be faxed or emailed after the initial Notice of Intent prior to award. It is the Respondent’s sole responsibility to review this site and retrieve all related documents prior to the Proposal due date. The deadline for receipt of all questions is 12:00 (Noon), Fort Worth, Texas time, Thursday, May 16, 2019. After the question deadline, all questions and their responses will be posted on the website and available for download by interested parties. All Proposal Response Forms and questionnaires must be fully completed and included in your response. Detailed specifications have been provided, and any deviations or exceptions must be referenced on the designated response forms that have been provided. Unless deviations are specifically stated herein, benefits will be provided according to the specifications at no additional charge. The Proposal is issued in compliance with the County Purchasing Act, Section 262.030. Negotiations may be conducted with responsible Respondent(s) who submit Proposals determined to be reasonably susceptible of being selected for award. It is the Respondent’s sole responsibility to print and review all pages of the Proposal document, attachments, questions and responses, addenda and special notices. The Signature Form must be signed and returned. Failure to provide a signature on this form renders the Proposal non-responsive. Failure to complete and submit all required forms, including but not limited to References, Compliance with Federal and State Laws Form, Questionnaires (when applicable), Addenda (including revised forms), and any other specified forms or documents will be grounds for rejection of entire Proposal. CONFIDENTIALITY: Any material that is to be considered confidential in nature must be clearly marked as such and may be treated as confidential to the extent allowable in the Texas Public Information Act. Pricing information is not considered confidential. Trade secrets or confidential information MUST be placed in a separate envelope marked “CONFIDENTIAL INFORMATION” and EACH PAGE must be marked “CONFIDENTIAL INFORMATION.” Tarrant County will make every effort to protect these papers from public disclosure as outlined in Texas Local Government Code, Section 262.030(c). The Texas Public Information Act gives the public the right to request access to government information, subject to certain narrow exceptions. Tarrant County is an entity subject to this Act. Therefore, please be advised that your company's declaration that certain information submitted in response to a Proposal is "confidential" will not be treated as such if Tarrant County receives a request for a copy of the Proposal. Tarrant County will, of course, make every effort to inform your company of such a request and to provide you with an opportunity to object to the release of any proprietary information per the procedure outlined in Texas Government Code Section 552.305. Notice to your company under Section 552.305 may be sent via either certified mail or e-mail using the contact information provided by you on the signature form. Please be advised that Tarrant County cannot and will not make an agreement to withhold information from the public contrary to Tarrant County’s responsibilities under the Act.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 4 OF RFP NO. 2019-153

Additionally, to the extent your proposal is incorporated into the contract, the proposal will become an official record available for public inspection. Proposals shall be opened to avoid disclosure of contents to competing Respondents and kept secret during the process of negotiation. All Proposals that have been submitted shall be open for public inspection after the contract is awarded, except for trade secrets and confidential information contained in the proposals and identified as such. All proposals shall specify terms and conditions of payment, which will be considered as part of, but not control, the award of the proposal. Tarrant County review, inspection, and processing procedures ordinarily require thirty (30) days after receipt of invoice, materials, or service. Proposals which call for payment before thirty (30) days from receipt of invoice, or cash discounts given on such payment, will be considered only if, in the opinion of the Tarrant County Purchasing Agent, the review, inspection, and processing procedures can be completed as specified. Invoices shall be sent directly to the Tarrant County Auditor’s Office, Attention: Accounts Payable, 100 East Weatherford, Room 506, Fort Worth, Texas 76196, or email to [email protected]. In accordance with the Prompt Payment Act, it is the intention of Tarrant County to make payment on completed orders within thirty (30) days after receipt of invoice or items; whichever is later, unless unusual circumstances arise. Invoices must be fully documented as to labor, materials, and equipment provided and must reference the Tarrant County Purchase Order Number in order to be processed. No payments shall be made on invoices not listing a Purchase Order Number. Continuing non-performance of the Vendor in terms of specifications shall be a basis for the termination of the contract by Tarrant County. Tarrant County shall not pay for work, equipment, or supplies which are unsatisfactory. The Vendor will be given a reasonable opportunity before termination to correct deficiencies. This, however, shall in no way be construed as negating the basis for termination for nonperformance. The contract may be terminated by either party upon written thirty (30) day notice prior to cancellation. Proposals will be considered non-responsive if they show any omissions, alteration of form, additions or conditions not called for, or inconsistency of any kind. However, Tarrant County reserves the right to waive any inconsistencies and to make an award in the best interest of Tarrant County. Proposals may be deemed non-responsive, among other reasons, for any of the following specific reasons:

1. Proposals containing any inconsistencies. 2. Unbalanced value of any items.

Respondents may be disqualified and their proposals not considered, among other reasons, for any of the following specific reasons:

1. Reason for believing collusion exists among the Respondents. 2. Reasonable grounds for believing that any Respondent is interested in more than

one (1) proposal for the work contemplated.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 5 OF RFP NO. 2019-153

3. The Respondent being interested in any litigation against Tarrant County. 4. The Respondent in the arrear on any existing contract or having defaulted on a

previous contract. 5. Lack of competency as revealed by a financial statement, experience and

equipment, questionnaires, etc. 6. Uncompleted work that in the judgment of Tarrant County will prevent or hinder the

prompt completion of additional work, if awarded. 7. Respondents shall not owe delinquent property tax in Tarrant County. 8. Respondent’s past performance record with Tarrant County. 9. Limited competition.

Due care and diligence have been used in the preparation of this information, and it is believed to be substantially correct. However, the responsibility for determining the full extent of the exposure and the verification of all information presented herein shall rest solely with the Respondent. Tarrant County and its representatives will not be responsible for any errors or omissions in these specifications, nor for the failure on the part of the Respondent to determine the full extent of the exposures.

The successful Vendor may not assign their rights and duties under an award without the written consent of the Tarrant County Purchasing Agent. Such consent shall not relieve the assignor of liability in the event of default by the assignee.

Audit Clause: The Vendor must agree that Tarrant County will, until the expiration of twelve (12) months after final payment under this agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records (hard copy, as well as computer generated data) of the Vendor involving those transactions related to this solicitation. The vendor must agree that Tarrant County will have access during normal working hours to all necessary facilities, staff and workspace in order to conduct audits. Tarrant County will provide the Vendor with reasonable advance notice of intended audits. The Vendor must provide records within ten (10) business days or a mutually agreed upon timeline.

TO THE EXTENT PERMITTED BY LAW, RESPONDENT AGREES TO DEFEND, INDEMNIFY AND HOLD TARRANT COUNTY, ITS OFFICIALS, AGENTS, SERVANTS, AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO OWNER’S BUSINESS AND ANY RESULTING LOST PROFITS), EMPLOYMENT MATTERS, AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO OR ARISE OUT OF OR BE OCCASIONED BY (I) RESPONDENT’S BREACH OF ANY OF THE TERMS OF PROVISIONS OF THIS AGREEMENT OR (II) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF RESPONDENT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OF THIS AGREEMENT.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 6 OF RFP NO. 2019-153

THE SUCCESSFUL RESPONDENT(S) WILL COMPLY WITH ALL STATE, FEDERAL, AND LOCAL LAWS INCLUDING BUT NOT LIMITED TO THE AMERICANS WITH DISABILITIES ACT, TITLE VII OF THE CIVIL RIGHTS OF 1964, AGE DISCRIMINATION IN EMPLOYMENT ACT, CIVIL RIGHTS ACT OF 1991, FEDERAL INSURANCE CONTRIBUTIONS ACT (FICA), FAIR LABOR STANDARDS ACT, EQUAL PAY ACT OF 1963 AND THE AFFORDABLE HEALTH CARE ACT, AS TO TREATMENT AND COMPENSATION OF ITS EMPLOYEES.

RESPONDENT(S) WILL PREPARE PAYROLL CHECKS, MAKE ALL NECESSARY DEDUCTIONS AND PAY ALL TAXES AND MAINTAIN INSURANCE REQUIRED BY FEDERAL, STATE, AND LOCAL LAWS. RESPONDENT ACCEPTS FULL RESPONSIBILITY FOR THE PAYMENT OF WAGES, COMPENSATION, OVERTIME AND BENEFITS TO PERSONNEL. RESPONDENT ACCEPTS RESPONSIBILITY FOR PAYMENT OF ALL TAXES, ASSESSMENTS, FEES, AND FINES THAT MAY BE DUE AND OWING TO ANY LOCAL, STATE OR FEDERAL GOVERNMENT AGENCIES.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 7 OF RFP NO. 2019-153

SPECIAL TERMS AND CONDITIONS OF THE CONTRACT

1. CONTRACT TERMS: Vendor(s) will be awarded a twelve (12) month contract, effective from date of award or notice to proceed as determined by Tarrant County Purchasing. At Tarrant County’s option and approval by the Vendor, the contract may be renewed for two (2) additional twelve (12) month periods, as further explained in Renewal Options. Prices must remain firm for the entire contract.

2. RENEWAL OPTION: Tarrant County reserves the right to exercise an option to renew the contract of the Respondent for two (2) additional twelve (12) month periods, provided such option is stipulated in the Special Conditions and agreed upon by both parties. If Tarrant County exercises the right in writing, the Vendor must update and submit any documents required during the initial solicitation by no later than thirty (30) calendar days prior to the commencement of the option period. These required documents must be in force for the full period of the option. If the updated documents are not submitted by the Vendor in complete form within the time specified, Tarrant County may rescind its option and seek a new solicitation.

3. SECONDARY/ALTERNATE AWARD: Secondary or Alternate Vendors serve in a backup capacity only. In the event the Primary is unable to honor the terms and conditions of the contract, the Secondary Vendor(s) may be called. If the Secondary Vendor is unable to honor the terms and conditions of the contract the Alternate Vendor(s) may be called. The Primary Vendor is the first contact. Use of the Secondary or Alternate Vendor(s) must be approved, in writing, by the Tarrant County Purchasing Agent or his designee.

A. In the event the Secondary or Alternate Vendors are called upon, they will offer the materials and services at their awarded price(s), or better. Any attempt to increase their awarded price(s) may be cause to remove the Vendor from the contract. Calling upon the Secondary or Alternate Vendors does not necessarily affect the status of any awarded Vendor, including the Primary Vendor.

B. If a Secondary or Alternate Vendor represents themselves as the Primary Vendor without written authorization from the Tarrant County Purchasing Agent, or his designee, the Secondary or Alternate Vendor may be removed from the contract.

C. Would you, as the Vendor, be willing to accept a Secondary or Alternate Award based on the above?

_____Yes _____No

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 8 OF RFP NO. 2019-153

SPECIAL TERMS AND CONDITIONS OF THE CONTRACT

4. COOPERATIVE PURCHASING: Tarrant County has the lead role in developing and encouraging Cooperative Purchasing efforts among governmental entities that participate in its Cooperative Purchasing Program. Cooperative Purchasing can be a great benefit to Tarrant County vendors by providing an avenue to offer materials and services to participating entities. A current list of participating entities is included in this solicitation and an up-to-date list can be found on the Tarrant County website. A. Should other Governmental Entities decide to participate in this contract, would

you, as the Vendor, agree that all terms, conditions, specifications, and pricing would apply? A “NO” answer could result in complete rejection of the Proposal.

_____Yes _____No

1) If you, the Respondent, checked Yes, the following will apply: a) Governmental Entities utilizing Intergovernmental Contracts with

Tarrant County will be eligible, but not obligated, to purchase materials and services under the contract(s) awarded because of the solicitation. All purchases by Governmental Entities other than Tarrant County will be billed directly to that Governmental Entity and paid by that Governmental Entity. Tarrant County will not be responsible for another Governmental Entity’s debts. Each Governmental Entity will order their own material and services as needed.

b) Delivery to governmental entities located within Tarrant County will be at no charge or as otherwise provided for in the Award Document. Delivery charges, if any, for governmental entities located outside Tarrant County shall be negotiated between the Vendor and each governmental entity.

c) Tarrant County utilizes County Purchase Orders as its primary means of encumbering funds and pays for goods and services utilizing Vendor invoices. In the event Governmental Entities utilizing InterGovernmental Contracts use other payment methods, including but not limited to, purchasing cards, debit cards, check requests or other methods which cause the Vendor to incur service, processing, or other fees, these fees are the responsibility of that Governmental Entity, unless otherwise negotiated with the Vendor.

d) Vendor(s) awarded contract(s) resulting from bid will be responsible for providing to Tarrant County, at no additional charge, a complete list of all governmental entities currently utilizing the contract and their annual expenditures. This information should be provided ninety (90) days prior to the expiration of the contract, or as otherwise requested by Tarrant County.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 9 OF RFP NO. 2019-153

Entities Currently Participating in Cooperative Purchasing Program with Tarrant County

1. ALAMO HEIGHTS ISD 2. ALLEN ISD 3. ALVORD ISD 4. ANNA FIRE DEPARTMENT 5. ANDERSON COUNTY 6. ARANSAS COUNTY 7. ARLINGTON ISD 8. ARMSTRONG COUNTY 9. ATASCOSA COUNTY

10. AUBREY ISD 11. BASTROP COUNTY 12. BELL COUNTY 13. BENBROOK WATER AUTHORITY 14. BETHANY SPEC UTILITY DIST 15. BEXAR COUNTY 16. BIRDVILLE ISD 17. BLUE RIDGE FIRE DEPARTMENT 18. BOSQUE COUNTY 19. BRANCH FIRE DEPARTMENT 20. BRAZORIA COUNTY 21. BRAZOS COUNTY 22. BRIAR VOLUNTEER FIRE DEPT. 23. BROOKS COUNTY CONSTABLES,

PRECINCTS 1-4 24. BROWN COUNTY 25. BULVERDE POLICE DEPARTMENT 26. BURNET COUNTY 27. BYNUM ISD 28. CAMERON COUNTY 29. CANTON ISD 30. CARROLL ISD 31. CARROLLTON-FARMERS BRANCH

ISD 32. CASTLEBERRY ISD 33. CEDAR HILL ISD 34. CHAMBERS COUNTY 35. CHEROKEE COUNTY 36. CITY OF ALEDO 37. CITY OF ALLEN 38. CITY OF ALVORD 39. CITY OF AMARILLO 40. CITY OF ANGLETON 41. CITY OF ANNA 42. CITY OF ARLINGTON 43. CITY OF ATHENS 44. CITY OF AUBREY 45. CITY OF AUSTIN 46. CITY OF AZLE 47. CITY OF BALCH SPRINGS 48. CITY OF BANGS 49. CITY OF BAYTOWN 50. CITY OF BEDFORD 51. CITY OF BELLS 52. CITY OF BENBROOK 53. CITY OF BIG SPRING 54. CITY OF BLUE MOUND 55. CITY OF BONHAM 56. CITY OF BOVINA 57. CITY OF BOWIE 58. CITY OF BOYD 59. CITY OF BRIDGE CITY

60. CITY OF BRIDGEPORT 61. CITY OF BROWNWOOD 62. CITY OF BRYAN 63. CITY OF BURKBURNETT 64. CITY OF BURLESON 65. CITY OF CADDO MILLS 66. CITY OF CANTON 67. CITY OF CARROLLTON 68. CITY OF CASTLE HILLS 69. CITY OF CEDAR HILL 70. CITY OF CEDAR PARK 71. CITY OF CELESTE 72. CITY OF CELINA 73. CITY OF CIBOLO 74. CITY OF CLEBURNE 75. CITY OF COCKRELL HILL 76. CITY OF COLLEYVILLE 77. CITY OF COLUMBUS 78. CITY OF COMBINE 79. CITY OF COMMERCE 80. CITY OF CONVERSE 81. CITY OF COPPELL 82. CITY OF COPPERAS COVE 83. CITY OF CORINTH 84. CITY OF CORSICANA 85. CITY OF CROWLEY 86. CITY OF CUMBY 87. CITY OF DALWORTHINGTON GRDN 88. CITY OF DE LEON 89. CITY OF DECATUR 90. CITY OF DEER PARK 91. CITY OF DENISON 92. CITY OF DENTON 93. CITY OF DESOTO 94. CITY OF DIBOLL 95. CITY OF DUNCANVILLE 96. CITY OF EARLY 97. CITY OF EASTLAND 98. CITY OF EL PASO 99. CITY OF ELECTRA

100. CITY OF EMORY 101. CITY OF ESCOBARES 102. CITY OF EULESS 103. CITY OF EVERMAN 104. CITY OF FARMERS BRANCH 105. CITY OF FARMERSVILLE 106. CITY OF FERRIS 107. CITY OF FLORESVILLE 108. CITY OF FLOYDADA 109. CITY OF FOREST HILL 110. CITY OF FORNEY 111. CITY OF FORT WORTH 112. CITY OF FRISCO 113. CITY OF GAINESVILLE 114. CITY OF GALENA PARK 115. CITY OF GALVESTON 116. CITY OF GANADO 117. CITY OF GARLAND 118. CITY OF GATESVILLE 119. CITY OF GEORGETOWN

120. CITY OF GLEN HEIGHTS 121. CITY OF GODLEY 122. CITY OF GRANBURY 123. CITY OF GRAND PRAIRIE 124. CITY OF GRAND SALINE 125. CITY OF GRAPEVINE 126. CITY OF GREENVILLE 127. CITY OF HALTOM CITY 128. CITY OF HASLET 129. CITY OF HEATH 130. CITY OF HITCHCOCK 131. CITY OF HORIZON CITY 132. CITY OF HUDSON OAKS 133. CITY OF HUNTSVILLE 134. CITY OF HURST 135. CITY OF HUTCHINS 136. CITY OF HUTTO 137. CITY OF INGLESIDE 138. CITY OF IRVING 139. CITY OF ITALY 140. CITY OF JACKSBORO 141. CITY OF JONESTOWN 142. CITY OF JEFFERSON 143. CITY OF KEENE 144. CITY OF KELLER 145. CITY OF KENNEDALE 146. CITY OF KERMIT 147. CITY OF KILLEEN 148. CITY OF KRUM 149. CITY OF KYLE 150. CITY OF LA VERNIA 151. CITY OF LAKE DALLAS 152. CITY OF LAKE WORTH 153. CITY OF LANCASTER 154. CITY OF LAREDO 155. CITY OF LEAGUE CITY 156. CITY OF LEANDER 157. CITY OF LEWISVILLE 158. CITY OF LINDALE 159. CITY OF LITTLE ELM 160. CITY OF LITTLEFIELD 161. CITY OF LIVE OAK 162. CITY OF LUBBOCK 163. CITY OF LUCAS 164. CITY OF LUFKIN 165. CITY OF LUMBERTON 166. CITY OF MANSFIELD 167. CITY OF MARSHALL 168. CITY OF MCALLEN 169. CITY OF MCKINNEY 170. CITY OF MELISSA 171. CITY OF MERKEL 172. CITY OF MESQUITE 173. CITY OF MIDLOTHIAN 174. CITY OF MINEOLA 175. CITY OF MINERAL WELLS 176. CITY OF MORGAN’S POINT

RESORT 177. CITY OF MURPHY 178. CITY OF NACOGDOCHES 179. CITY OF NEDERLAND

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 10 OF RFP NO. 2019-153

Entities Currently Participating in Cooperative Purchasing Program with Tarrant County 180. CITY OF NEW BRAUNFELS 181. CITY OF NORTH RICHLAND HILLS 182. CITY OF ODESSA 183. CITY OF OVILLA 184. CITY OF PALESTINE 185. CITY OF PARKER 186. CITY OF PASADENA 187. CITY OF PELICAN BAY 188. CITY OF PERRYTON 189. CITY OF PHARR 190. CITY OF PLANO 191. CITY OF PORT ISABEL 192. CITY OF POTEET 193. CITY OF POTTSBORO 194. CITY OF PRINCETON 195. CITY OF RALLS 196. CITY OF RED OAK 197. CITY OF RHOME 198. CITY OF RICHARDSON 199. CITY OF RICHLAND HILLS 200. CITY OF RIVER OAKS 201. CITY OF ROANOKE 202. CITY OF ROBINSON 203. CITY OF ROCKWALL 204. CITY OF ROUND ROCK 205. CITY OF ROWLETT 206. CITY OF ROYSE CITY 207. CITY OF RUNAWAY BAY 208. CITY OF RUSK 209. CITY OF SACHSE 210. CITY OF SAGINAW 211. CITY OF SAN ANGELO 212. CITY OF SAN BENITO 213. CITY OF SAN MARCOS 214. CITY OF SANGER 215. CITY OF SANSOM PARK 216. CITY OF SEAGOVILLE 217. CITY OF SHERMAN 218. CITY OF SOUR LAKE 219. CITY OF SOUTHLAKE 220. CITY OF SOUTHMAYD 221. CITY OF SPRINGTOWN 222. CITY OF STEPHENVILLE 223. CITY OF SULPHUR SPRINGS 224. CITY OF TAFT 225. CITY OF TAYLOR 226. CITY OF TEMPLE 227. CITY OF TERRELL 228. CITY OF TEXARKANA, AR 229. CITY OF TEXARKANA, TX 230. CITY OF THE COLONY 231. CITY OF UNIVERSITY PARK 232. CITY OF VAN ALSTYNE 233. CITY OF VENUS 234. CITY OF VERNON 235. CITY OF WACO 236. CITY OF WATAUGA 237. CITY OF WAXAHACHIE 238. CITY OF WEATHERFORD 239. CITY OF WESTWORTH VILLAGE 240. CITY OF WHITE SETTLEMENT

241. CITY OF WHITESBORO 242. CITY OF WHITEWRIGHT 243. CITY OF WILLS POINT 244. CITY OF WILMER 245. CITY OF WINNSBORO 246. CITY OF WYLIE 247. CLAY COUNTY 248. CLEAR CREEK ISD 249. CLEBURNE ISD 250. COCHRAN COUNTY 251. COLLIN COUNTY 252. COLLIN COUNTY COMMUNITY

COLLEGE DISTRICT 253. COMAL COUNTY 254. COOKE COUNTY 255. CORYELL COUNTY 256. COTTONDALE VOL FIRE DEPT 257. CROWLEY ISD 258. DALLAS COUNTY 259. DALLAS COUNTY UTILITY AND

RECLAMATION DISTRICT 260. DALLAS/FORT WORTH

INTERNATIONAL AIRPORT BOARD 261. DALLAS ISD 262. DECATUR ISD 263. DENISON ISD 264. DENTON COUNTY 265. DENTON COUNTY FRESH WATER

SUPPLY DIST NO. 1-A 266. DENTON ISD 267. DESOTO ISD 268. DIANA SPECIAL UTILITY DISTRICT 269. DUNCANVILLE ISD 270. DUVAL COUNTY 271. EAGLE MOUNTAIN-SAGINAW ISD 272. EAST TEXAS COUNCIL OF GOVS. 273. ECTOR COUNTY 274. ECTOR COUNTY ISD 275. EDDY COUNTY, NM 276. EL PASO COUNTY 277. EL PASO COUNTY HOSPITAL

DISTRICT DBA UNIVERSITY MEDICAL CENTER OF EL PASO

278. ELECTRA ISD 279. ELLIS COUNTY 280. ERATH COUNTY 281. EVERMAN ISD 282. FANNIN COUNTY 283. FLOYD COUNTY 284. FORT BEND COUNTY 285. FORT BEND COUNTY ESD#2 286. FORT WORTH HOUSING

AUTHORITY 287. FORT WORTH ISD 288. FORT WORTH TRANSP AUTHORITY 289. FRANKLIN COUNTY 290. FREESTONE COUNTY 291. FRISCO ISD 292. GRAND PRAIRIE ISD 293. GRANDVIEW POLICE DEPT. 294. GRAPEVINE\COLLEYVILLE ISD

295. GRAYSON COUNTY 296. GREGG COUNTY 297. GRIMES COUNTY 298. GUADALUPE COUNTY 299. HARDIN COUNTY 300. HARRIS CNTY EMG SVCS DIST #7 301. HARRIS CNTY EMG SVCS DIST #10 302. HARRIS CNTY EMG SVCS DIST #24 303. HARRISON COUNTY 304. HAWKINS ISD 305. HAYS COUNTY 306. HEART OF TEXAS REGIONAL

MHMR CENTER 307. HENDERSON COUNTY 308. HILL COUNTY 309. HOOD COUNTY 310. HOPKINS COUNTY 311. HOUSING AUTHORITY OF THE CITY

OF AUSTIN 312. HUMBLE ISD 313. HUNT COUNTY 314. HURST EULESS BEDFORD ISD 315. HUTCHINSON COUNTY 316. IDEA PUBLIC SCHOOLS 317. IRVING ISD 318. JACK COUNTY 319. JASPER COUNTY 320. JEFFERSON COUNTY 321. JEFFERSON CNTY DRAIN. DIST. #7 322. JIM WELLS COUNTY 323. JOHNSON COUNTY 324. JOHNSON COUNTY SUD 325. KARNES COUNTY 326. KAUFMAN COUNTY 327. KAUFMAN ISD 328. KELLER ISD 329. KENNEDALE ISD 330. KERENS ISD 331. KINNEY COUNTY 332. KRUM ISD 333. LAKE DALLAS ISD 334. LAKE WORTH ISD 335. LAMAR COUNTY 336. LAMB COUNTY 337. LAMPASAS COUNTY 338. LAVON POLICE DEPARTMENT 339. LEON COUNTY 340. LEONARD ISD 341. LEWISVILLE ISD 342. LIMESTONE COUNTY 343. LITTLE ELM ISD 344. LOVEJOY ISD 345. LOWRY CROSSING VOL FIRE DEPT 346. LUBBOCK COUNTY 347. MANSFIELD ISD 348. MAVERICK COUNTY 349. MCKINNEY ISD 350. MCLENNAN COUNTY 351. MCLENNAN COMM. COLLEGE 352. MARILEE SPECIAL UTILITY DIST. 353. MEDINA VALLEY ISD

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 11 OF RFP NO. 2019-153

Entities Currently Participating in Cooperative Purchasing Program with Tarrant County 354. MHMR OF TARRANT COUNTY 355. MIDLAND COUNTY 356. MIDLAND ISD 357. MIDWAY ISD 358. MILAM COUNTY 359. MILLS COUNTY 360. MONTGOMERY COUNTY 361. MONTGOMERY COUNTY EMG

SVCS DIST NO. 10 (ESD 10) 362. MONTGOMERY CNTY HOSP DIST. 363. MOUNT PLEASANT POLICE DEPT. 364. MOUNT VERNON POLICE DEPT. 365. NACOGDOCHES COUNTY 366. NAVARRO COUNTY 367. NEVADA VOL. FIRE DEPT. 368. NEW CANEY ISD 369. NOLAN COUNTY 370. NORMANGEE ISD 371. NORTH CENTRAL TEXAS COUNCIL

OF GOVERNMENTS 372. NORTH TEXAS MUNICIPAL WATER

DISTRICT 373. NORTH TEXAS TOLLWAY AUTH 374. NORTHWEST ISD 375. NUECES COUNTY 376. OLTON POLICE DEPARTMENT 377. ORANGE COUNTY 378. ORANGE CNTY DRAINAGE DIST 379. PALO PINTO COUNTY 380. PANOLA COUNTY 381. PARADISE ISD 382. PARKER COUNTY 383. PARKER COUNTY EMERGENCY

SERVICES DISTRICT 1 384. PARMER COUNTY 385. PLANO ISD 386. POTTER COUNTY 387. PUBLIC TRANSIT SERVICE OF

MINERAL WELLS 388. QUINLAN ISD 389. RAINS COUNTY ESD #1 390. RANCHO VIEJO POLICE DEPT. 391. RANDALL COUNTY 392. RED OAK ISD 393. RED RIVER COUNTY 394. REFUGIO COUNTY 395. REGION 9 EDUCATION SERVICE

CENTER OF WICHITA 396. REGION 11 EDUCATION SERVICE

CENTER (ESC) 397. RICHARDSON ISD 398. ROCKWALL COUNTY 399. ROUND ROCK ISD 400. SAM RAYBURN ISD 401. SAN JACINTO COM COLL DIST. 402. SAN PATRICIO COUNTY 403. SCHLEICHER COUNTY 404. SEABROOK VOL FIRE DEPT. 405. SENIOR CENTER RESOURCE AND

PUBLIC TRANSIT, INC. OF HUNT COUNTY

406. SEVEN POINTS FIRE RESCUE

407. SHERMAN ISD 408. SMITH COUNTY 409. SPRINGTOWN ISD 410. SOUTH MONTGOMERY FIRE DEPT 411. SOUTH TEXAS COLLEGE 412. SPAN, INC. 413. STEPHENS COUNTY 414. STERLING COUNTY 415. STONEWALL COUNTY 416. TARLETON STATE UNIVERSITY 417. TARRANT APPRAISAL DISTRICT 418. TARRANT COUNTY 9-1-1 EMG

ASSISTANCE DISTRICT 419. TARRANT COUNTY COLLEGE

DISTRICT 420. TARRANT COUNTY EMERGENCY

SERVICES DISTRICT 1 421. TARRANT COUNTY HOSP DIST 422. TARRANT COUNTY WORKFORCE

DEVELOPMENT BOARD 423. TARRANT REGIONAL WATER DIST 424. TAYLOR COUNTY 425. TEMPLE COLLEGE 426. TERRELL ISD 427. TEXARKANA ISD 428. TEXAS A&M UNIVERSITY AT

COMMERCE 429. TEXAS A&M UNIVERSITY-

KINGSVILLE 430. TEXAS A& M UNIVERSITY-

TEXARKANA 431. TEXAS ALCOHOLIC BEVERAGE

COMMISSION 432. TEXAS DEPT. OF PARK/WILDLIFE 433. TEXAS DEPT. OF PUBLIC SAFETY 434. TEXAS WOMAN’S UNIVERSITY 435. THE WOODLANDS TOWNSHIP 436. TITUS COUNTY 437. TML MULTISTATE INTERGOV

EMPLOYEE BENEFITS POOL 438. TOM GREEN COUNTY 439. TOWN OF ADDISON 440. TOWN OF ARGYLE 441. TOWN OF DOUBLE OAK 442. TOWN OF EDGECLIFF VILLAGE 443. TOWN OF FAIRVIEW 444. TOWN OF FLOWER MOUND 445. TOWN OF HICKORY CREEK 446. TOWN OF HIGHLAND PARK 447. TOWN OF LAKESIDE 448. TOWN OF LITTLE ELM 449. TOWN OF NORTHLAKE 450. TOWN OF PANTEGO 451. TOWN OF PECOS CITY 452. TOWN OF PONDER 453. TOWN OF PROSPER 454. TOWN OF PROVIDENCE VILLAGE 455. TOWN OF SUNNYVALE 456. TOWN OF TROPHY CLUB 457. TOWN OF WESTLAKE 458. TOWN OF WESTOVER HILLS 459. TRAVIS COUNTY

460. TRAVIS COUNTY EMERGENCY SERVICES DISTRICT NO.6

461. TRAVIS COUNTY HEALTHCARE DISTRICT

462. TRINITY RIVER AUTHORITY 463. U.S. MARSHALS SERVICE 464. UNIVERSITY OF NORTH TEXAS 465. UNIVERSITY OF NORTH TEXAS

HEALTH SCIENCE CENTER 466. UNIVERSITY OF TEXAS AT

ARLINGTON 467. UNIVERSITY OF TEXAS AT DALLAS 468. UNIVERSITY OF TX MD ANDERSON

CANCER CENTER 469. UPPER TRINITY REGIONAL WATER

DISTRICT 470. UPSHUR COUNTY 471. UPTON COUNTY 472. VAN ALSTYNE ISD 473. VAN ZANDT COUNTY 474. VERNON ISD 475. VICTORIA COUNTY 476. WACO ISD 477. WALKER COUNTY 478. WALLER COUNTY 479. WARD COUNTY 480. WEATHERFORD COLLEGE 481. WEATHERFORD ISD 482. WESTMINSTER FIRE DEPT. 483. WESTON VOLUNTEER FIRE DEPT 484. WHITE SETTLEMENT ISD 485. WILLIAMSON COUNTY 486. WILLIAMSON CNTY EMG SVCS

DIST #3 487. WILSON COUNTY 488. WINKLER COUNTY 489. WINNSBORO ISD 490. WISE COUNTY 491. WOOD COUNTY 492. YMCA OF METROPOLITAN DALLAS 493. YOUNG COUNTY 494. ZAPATA COUNTY

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 12 OF RFP NO. 2019-153

SPECIAL TERMS AND CONDITIONS OF THE CONTRACT

5. MINIMUM INSURANCE REQUIREMENTS: A. Vendor shall take out, pay for and maintain at all times during the prosecution of

the work under the contract, the following forms of insurance, in carriers acceptable to and approved by Tarrant County. 1) Workers' Compensation/Employer’s Liability

a. Worker’s Compensation — statutory b. Employer’s Liability — $500,000

2) Commercial General Liability: a. Bodily Injury/Personal Injury/Property Damage

— $1,000,000 per occurrence/$2,000,000 aggregate 3) Auto Liability:

a. Combined Single Liability (CSL) — $500,000 per occurrence

B. Tarrant County reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverage and their limits when deemed necessary and prudent by Tarrant County based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Vendor.

C. Required Provisions: 1) Proof of Carriage of Insurance − All Certificates of Insurance will be required

in duplicate and filed with the Tarrant County Purchasing Agent and the Budget and Risk Management Department at 100 East Weatherford Street, Suite 305, Fort Worth, Texas 76196 prior to work commencing.

2) All Certificates shall provide Tarrant County with an unconditional thirty (30) day written notice in case of cancellation or any major change.

3) As to all applicable coverage, policies shall name Tarrant County and its officers, employees, and elected representatives as an additional insured.

4) All copies of the Certificates of Insurance shall reference the project name and Proposal number for which the insurance is being supplied.

5) The Respondent agrees to waive subrogation against Tarrant County, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent the loss, if any, is covered by the proceeds of insurance.

6) The Respondent is responsible for making sure any subcontractor(s) performing work under this agreement has the required insurance coverage(s) and supplies Tarrant County with the proper documents verifying the coverage.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 13 OF RFP NO. 2019-153

6. CRIMINAL BACKGROUND CHECK: A. If this contract requires that Vendor personnel access Tarrant County Data (either

on-site or remotely) or access secure areas of Tarrant County Facilities, then Vendor personnel may be required to undergo a Criminal Justice Information Services (CJIS) Background Check, a Human Resources Criminal Background Check, or a Sheriff’s Criminal Background Check. Criminal Background Checks will be paid for by Tarrant County.

1. The Vendor must provide information, including, but not limited to, Employee Name, date of birth, and driver’s license number for each individual required to pass a Criminal Background Check.

2. Award of a contract could be affected by the Vendor’s refusal to agree to these terms.

3. Failure of the Vendor to supply personnel who pass a Criminal Background Check could affect the award of the contract or could result in the termination of the contract.

4. The Criminal Background Check applies to the individual and not the Company.

5. Passing status must be maintained by Vendor personnel for the duration of the contract.

7. INFORMATION TECHNOLOGY HOSTED OR CLOUD SOLUTION: A. The following is only applicable when the Vendor is providing Information

Technology hosted or cloud solution: 1. Confidentiality, Integrity, Availability (CIA) Vendor shall protect the Confidentiality, Integrity, and Availability (CIA) of

all Tarrant County Data ensuring extra levels of security. All Tarrant County information must remain private and permit redaction of protected information before publication. Audit trails cannot be altered.

2. Breach Notification Vendor agrees that upon discovery of unauthorized access to Tarrant

County Data, Vendor shall notify Tarrant County both orally and in writing. In no event shall the notification be made more than forty-eight (48) hours after Vendor knows or reasonably suspect unauthorized access has or may have occurred. In the event of a suspected unauthorized Access, Vendor agrees to reasonably coordinate with Tarrant County to investigate the occurrence.

3. Data All Tarrant County data will remain in the 48 contiguous United States at all

times. 4. Right to Audit Tarrant County reserves the right to audit Vendor datacenters which house

Tarrant County Data or receive SSAE 16 SOC Type II audits from a reputable security advisory service firm (e.g. EY, Deloitte, KPMG, PWC, Coalfire, etc.).

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 14 OF RFP NO. 2019-153

8. BEST AND FINAL OFFER (BAFO) A. The Respondents presenting the proposals with the highest scores may be invited

to prepare a Best and Final Offer for consideration by the Evaluation Committee. B. Tarrant County reserves the right, at its sole discretion, to determine if pursuing

BAFOs is in the best interest of the County. The County is under no obligation to pursue BAFOs.

C. In the event the County elects not to pursue BAFOs, contract negotiation will be conducted based on final rankings.

9. CONTRACT NEGOTIATION A. The Tarrant County Purchasing Department may conduct contract negotiations

along with representatives from the District Attorney and Tarrant County Human Resources.

B. The County reserves the right, at its sole discretion, to determine if pursuing contract negotiation is in the best interest of the County. The County is under no obligation to pursue contract negotiation.

10. PROHIBITED COMMUNICATION A. Any communication regarding this RFP with any Tarrant County elected official or

judiciary; any member of the evaluation committee; or any member of Human Resources is strictly prohibited. Only communication methods approved in this RFP will be allowed.

11. SERVICE MEETINGS A. Tarrant County and Human Resources personnel will hold periodic meetings with

the contractor to gauge performance and delivery.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 15 OF RFP NO. 2019-153

STATEMENT OF WORK

I. STATEMENT OF PURPOSE A. Tarrant County Government is seeking formal written proposals to obtain a Vendor

to provide drug and alcohol testing program management services, hereinafter called “services,” in accordance with federal regulations requiring persons performing certain safety-sensitive functions as defined by the U.S. Department of Transportation [DOT] rules, 49 CFR Part 40, to participate in a DOT-approved drug and alcohol testing program. Vendor MUST have been in business at least five (5) years.

B. This RFP contains the information, instructions and general conditions to enable interested vendors to prepare and submit proposals for the specified services. Additionally, the RFP outlines the scope of services and the criteria upon which the proposal responses will be evaluated.

II. BACKGROUND INFORMATION A. The U.S. Department of Transportation’s rules (The Rules) on alcohol and drug

testing require alcohol misuse and drug use prevention for employees with safety-sensitive responsibilities in commercial and public transportation industries. These rules, which are promulgated by the Omnibus Transportation Employee Testing Act of 1991, require large employers (generally, those with 50 or more commercial driver license [CDL] holders) to test for alcohol and drugs in employment circumstances as defined by the rules.

B. In addition, a pre-employment DOT medical examination is required for employees with commercial motor vehicle certification. A Department of Transportation (DOT) Part 40 DOT Policies Notice, physical examination must be conducted by a licensed "medical examiner" listed on the Federal Motor Carrier Safety Administration (FMCSA) National Registry.

C. Tarrant County employs approximately 4,645 full-time and temporary employees. The employees to be covered by this proposal will be from Tarrant County Precinct Operations, the Sheriff’s Office and Facilities Management. These employees are required, by law, to possess a commercial driver license [CDL] to operate trucks, buses, and equipment owned or leased by the County. There are currently one hundred fifty-one (151) such employees. Random drug and alcohol testing may occur on a monthly, bi-monthly, and/or quarterly basis. Testing primarily rotates between four (4) different work sites within the County: Saginaw, Kennedale, Burleson, and North Richland Hills. These on-site random collections are scheduled at agreed upon dates and times by the Tarrant County DER (Designated Employer Representative) and the vendor. A small number of non-DOT drug and alcohol testing is required for County post-accidents or reasonable suspicion; there were ten (10) on-site collections of this type in 2018. Finally, the Community Supervision and Corrections Department (CSCD) annually requires approximately 72 non-DOT pre-employment drug tests including lab services.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 16 OF RFP NO. 2019-153

STATEMENT OF WORK

D. The County intends to evaluate all of the proposals and select a vendor who will provide services, which are determined to be in the best interest of the County.

E. Under the drug and alcohol testing program and the medical examination process, the Selected Vendor will provide services consistent with the pricing structure included in the proposal in response to this RFP. Tarrant County is seeking a vendor who is qualified to provide the specified services required by the drug and alcohol testing program and the medical examination process. Vendors will be required to provide a program encompassing the services outlined in Sections IV and V.

III. ENDORSEMENT AND AGREEMENT A. The Selected Vendor will prepare communication materials for distribution to

covered employees at its own expense.

IV. SERVICE REQUIREMENTS The County is seeking costs for the drug and alcohol testing program including medical examination services. The program consists of the following components, which are described in detail in Section V. A. Data Management/Administration/Reporting B. Specimen Collection and Provision of Medical Examination Services at Clinic C. Specimen Collection On-Site at Tarrant County Facilities D. Drug and Alcohol Testing & Laboratory and Medical Review Officer Services E. Supervisor Training

Note: A Respondent must submit a proposal that includes the drug testing program and medical examination services. While the vendor may joint venture, partner, or subcontract with other parties to provide services described herein, the Selected Vendor will be responsible for performance under the contract ensuing from the proposal response.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 17 OF RFP NO. 2019-153

STATEMENT OF WORK

V. BASIC REQUIREMENTS FOR SCOPE OF SERVICES The following services should be provided by the Selected Vendor or approved subcontractors or partners. Subcontractors or Partners utilized for this contract must have prior approval from Tarrant County. These services have an anticipated start date of June 24, 2019. Each proposal shall describe the Respondent’s ability to provide the enumerated services and, additionally, each proposal must specify the pricing structure for the enumerated services in detail. Finally, all services to be provided by the Selected Vendor must comply with guidelines as established by the Department of Transportation (DOT) rules, 49 CFR Part 40. As an employer, the vendor must comply with all federal, state, and local applicable laws, standards, and regulations with regard to their employees. A. Data Management/Administration/Reporting

1. Must advise the County of any changes in Federal requirements with respect to the regulations. Also, act as subject matter expert on related issues.

2. Must provide federally-required recordkeeping, reporting, verification, and inspection of records. Tarrant County shall receive a copy of reports sent to the federal government.

3. Must design and implement random selection procedures.

4. Must maintain a current database (random pool) of all employees who are required to participate in the DOT program. Must provide current database to County at end of contract.

5. Must provide employee compliance identification and verification.

6. Must provide accessibility and availability of client services and customer service representatives.

7. Provision of monthly billing statement. Invoicing for services rendered should be received by County as close to service dates as possible. Billing MUST be received for payment within sixty (60) days of service. The monthly billing invoice should be one (1) invoice listing employee name, employee identifier number (last four (4) of Social Security number), and type of service performed. Tarrant County requires electronic mailing for billing process.

Can you meet or exceed all requirements listed? ____Yes ____No

If you cannot answer Yes to each requirement, you are not qualified to proceed.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 18 OF RFP NO. 2019-153

STATEMENT OF WORK

B. Specimen Collection and Provision of Medical Examination Services at Clinic: 1. Specimen collection must be done in accordance with DOT guidelines.

Split samples will be required for DOT-regulated tests. If requested by the employee, a split specimen [Bottle B] test must be done at his or her expense – not the County. After hours testing may be required when employees perform duties after hours due to inclement weather, etc., but has not occurred in more than a decade. Non-DOT drug and alcohol testing services are also required for post-accidents and reasonable suspicion.

2. Clinics must be able to provide DOT physical examinations. Medical examiners must be certified by the Federal Motor Carrier Safety Administration (FMCSA) to perform such exams. If medical examiner finds that the person examined is physically qualified to drive a commercial motor vehicle (CMV), the medical examiner will furnish a copy of the results to both the County and the person who was examined along with a completed Medical Examiner’s Certificate.

3. Must make available a minimum of three (3) local clinics. Tarrant County reserves the right for final approval of local clinics. Facilities should be located to easily service employees in central, northern, southern, and eastern Tarrant County sectors. Preferred local clinics for testing include:

SECTOR PREFERRED CLINIC TELEPHONE

NORTH

Care Now–Lake Worth 3520 NW Centre Drive Fort Worth, TX 76135 Hours: M–F 8a–9p, Sat 8a–8p, Sun 8a–5p

(817) 357–2100

Nova Medical–Fort Worth 3645 N. Beach Street Fort Worth, TX 76137 Hours: M–F 8:30a–6:00p

(817) 759–0004

SOUTH

Care Now–Burleson 1501 SW Wilshire Blvd. Burleson, TX 76028 Hours: M–F 8a–9p, Sat 8a–8p, Sun 8a–5p

(817) 295–9400

Care Now–Mansfield 1501 U.S. 287 Frontage Rd. Mansfield, TX 76063 Hours: M–F 8a-9p, Sat 8a–8p, Sun 8a–5p

(817) 453–8080

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 19 OF RFP NO. 2019-153

STATEMENT OF WORK

SECTOR PREFERRED CLINIC TELEPHONE

EAST

Nova Medical–Arlington 5900 Interstate 20 W Arlington, TX 76017 Hours: M–F 830a–6p

(682) 226–6001

Care Now–Arlington 5405 S. Cooper St. Arlington, TX 76017 Hours: M–F 8a–9p, Sat 8a–8p, Sun 8a–5p

(817) 465-4928

Nova Medical–Grand Prairie 2045 N. Hwy 360, Suite 100B Grand Prairie, TX 75050 Hours: M–F 830a–6p

(972) 623-1111

Care Now–Hurst 779 Grapevine Hwy Hurst, TX 76054 Hours: M-F 8a-9p, Sat 8a-8p, Sun 5a-5p

(817) 428-7300

CENTRAL

Nova Medical–Central Fort Worth 1106 Alston Ave. #120 Fort Worth, TX 76104 Hours: M–F 830a–6p

(817) 332-0660

Must list your local clinic locations including complete addresses. 4. Clinics must provide a full-time staff at each medical facility, ready to

conduct DOT and Non-DOT collection and physical examinations within the same facility Monday through Friday for at least an eight (8)-hour business day during normal business hours.

5. Must provide for proper chain-of-custody and all necessary forms relating thereto.

6. Must provide collection and medical examination supplies. 7. Must provide transportation of specimen to certified laboratories. 8. Work with customer’s medical facilities (i.e. hospitals, emergency rooms),

where applicable. 9. Must monitor collection and medical examination procedures to ensure

Federal and State guidelines and normal business practices and procedures are followed.

Can you meet or exceed all requirements listed? ____Yes ____No

If you cannot answer Yes to each requirement, you are not qualified to proceed.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 20 OF RFP NO. 2019-153

STATEMENT OF WORK

C. Specimen Collection On-Site at Tarrant County Facilities 1. Must prepare a random list of individuals and alternates who will receive

DOT testing on a periodic basis, using a scientifically valid method for choosing covered employees. Must follow the DOT Random Testing Rate percentage set that year for drug tests and alcohol tests separately by the Federal Motor Carrier Safety Administration. Random list must include names of those picked to undergo testing, identification number, department, and what test(s) employee is selected to take. The alternate list must include names, identification numbers, and department.

2. Must provide a trained and certified technician who will prepare testing area(s), collect specimens, and transport specimens to laboratory following DOT testing protocol.

3. On-site random testing is conducted on County premises. Testing must begin as early as 6:40 a.m. or end as late as 6:00 p.m. if employee fails to easily provide a sample. Testing must rotate between four (4) different work sites within the County: Saginaw, Kennedale, Burleson, and North Richland Hills.

Can you meet or exceed all requirements listed? ____Yes ____No

If you cannot answer Yes to each requirement, you are not qualified to proceed.

D. Drug and Alcohol Testing & Laboratory and Medical Review Officer Services: 1. Provide testing (initial and confirmation tests) through a DOT-certified

testing laboratory / certified by HHS under the National Laboratory Certification Program.

2. Ensure pre-employment, random, reasonable suspicion, post-accident, return to duty and follow-up testing and storage of specimens (primary and split) in accordance with applicable federal, state and local regulations.

3. Ensure negative results confirmation to Medical Review Officer (MRO) within 24 hours and confirmed positive results reported to MRO within 48 hours (confirmation must be done in compliance with the applicable federal, state, and local regulations).

4. Provide Report of Positive DOT Drug Test Result in a timely manner (within one (1) week).

5. Provide reporting to Tarrant County using confidential protocol. 6. Provide proper documentation and storage of test results. 7. Provide results reporting and monthly summaries to MRO (Substance

Abuse and Mental Health Services Administration). 8. Provide list of currently used laboratories for specimen testing.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 21 OF RFP NO. 2019-153

STATEMENT OF WORK

9. Must provide qualified Medical Review Officer (MRO) services to receive all test results from laboratory for negative and positive determination.

10. The MRO must contact employees for medical information. 11. MRO must investigate information, review, and make a determination as to

the positive or negative status of substance use. 12. MRO must communicate test results in a legally accepted format to the

employer. 13. MRO must document all test results in accordance with the applicable rules

and regulations. 14. If necessary, MRO or qualified vendor representative must be available by

telephone to provide expert testimony related to cases under his or her review.

15. Provide proof of Medical Review Officer’s Certification/Licensure. 16. Provide Breath Alcohol Technician (BAT) and Screening Test Technician

(STT) and specimen collection training to appropriate personnel, if needed. 17. Provide access to evidential breath testing (EBT) instruments and/or

alcohol screening devices (ASD). 18. Administer saliva and evidential breath alcohol tests (EBT) to covered

employees utilizing certified alcohol technicians (BATs/STTs) and via approved breath and saliva alcohol instruments.

19. Explain any additional services that would facilitate a drug and alcohol testing program.

Can you meet or exceed all requirements listed? ____Yes ____No

If you cannot answer Yes to each requirement, you are not qualified to proceed.

E. Supervisor Training 1. Must provide at least sixty (60) minutes of supervisor training on controlled

substance abuse, and at least sixty (60) minutes of supervisor training on alcohol abuse, as required by DOT regulations under the Federal Motor Carrier Safety Administration (FMCSA). Training on-line or via computer is preferred. The successful vendor should expect to provide training for approximately fifteen (15) personnel per year.

Can you meet or exceed all requirements listed? ____Yes ____No

If you cannot answer Yes to each requirement, you are not qualified to proceed.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 22 OF RFP NO. 2019-153

STATEMENT OF WORK

VI. PROPOSAL SUBMISSION REQUIREMENTS A. Provide RFP response in the format listed below. Number all pages consecutively.

Section 1: Required Forms: a. Addendum Signature Form(s) with signature (if applicable) b. Secondary/Alternate Award Form with response c. Cooperative Purchasing Form with response d. Disadvantaged Business Enterprises e. HUB Certification Forms (if applicable) f. Certificates of Insurance (COI) g. Vendor References h. Proposal Signature Form, with signature i. Compliance with Federal and State Laws, with signature j. Deficiencies and Deviations Form k. Proposed Subcontractors l. Proposer/Subcontractor Information m. Copies of all certified and applicable licenses n. Copy of Medical Review Officer’s Certification o. Proof of having been in drug and alcohol testing business providing

a similar scope of services for five (5) years. p. Price Proposal Form q. Basic Requirements for Scope of Services with responses indicated

(Section V. A−E). Section 2: Vendor Qualifications and Experience:

a. Describe the Respondents’ organization including its history and structure. Such information shall include, but is not limited to, the company name, the legal status of the company, proof of the length of time in business, (include any previous names by which the company conducted business), home office address, email address, and phone number, local office address and phone number (if different from home office). MUST have been in drug and alcohol testing business providing a similar scope of services for five (5) years. MUST furnish documents that demonstrate the number of years your company has been providing DOT drug and alcohol services.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 23 OF RFP NO. 2019-153

STATEMENT OF WORK

b. Discuss any possible conflicts of interest and any common ownership interests between laboratories and MROs.

c. Name, business address, email address, and phone number of the person or persons responsible for this proposal.

d. Name, business address, email address, and phone number of the person in the Respondents’ organization who will be responsible for the day-to-day operations, and details of their experience and credentials.

e. Any outstanding litigation that would threaten the viability of the Respondents’ organization. Also, any potential sale or acquisition of your organization by another entity.

f. MUST submit with Proposal copies of all certifications and licenses applicable to this contract, including medical professionals.

Section 3: Approach and Management of Contract: a. Provide detailed information on how you propose to meet or exceed

all the RFP requirements. b. Include a brief narrative of how you propose to manage the contract

services. c. Provide a list of all partners and/or subcontractors you propose to

use including the laboratory and collection sites. Include copies of required certifications and licenses for proposed partners and/or subcontractors. All partners and/or subcontractors must have prior approval form Tarrant County.

d. Include a list of all collection site locations proposed for this contract. Locations should be in Tarrant County and surrounding counties.

e. Describe company-billing methods and attach an example of a monthly sample invoice, preferably electronic sample copy.

f. Each proposal should also provide any information that would be helpful in determining the bidder’s ability to provide the listed services, including but not limited to, information on licenses, certifications, training and experience of individuals responsible for the enumerated services, ongoing training which is provided to staff members to ensure current knowledge of DOT regulations, availability of such services during non-business hours, availability of experts to provide litigation assistance including expert witness testimony and depositions, and any other information which is deemed pertinent.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 24 OF RFP NO. 2019-153

STATEMENT OF WORK

Section 4: Price Proposal: a. You MUST submit your completed proposal on the

Price Proposal Form listed on page 41 or your proposal will automatically be rejected.

b. MUST Include ALL costs associated with services as outlined in this RFP. Total price MUST include all associated costs within the category listed on the Price Proposal Form on page 41. VENDOR MUST SUBMIT THEIR PROPOSAL ON THE PRICE PROPOSAL FORM. NO ADDITIONAL FEES OR CHARGES WILL BE CONSIDERED. ADDITIONAL CHARGES MAY RESULT IN REJECTION OF PROPOSAL.

VII. PROPOSAL PREPARATION AND SUBMISSIONS A. All proposals must be in writing and must address all information requested and

conform to the specifications set forth herein. Respondents must respond specifically, and in the order outlined in the RFP. Respondents may include with their proposals supplemental information or statements necessary for a full and fair presentation. The supplemental information should be provided as attachments to the proposal.

Respondent MUST complete the Price Proposal Form on page 41 or Proposal will not be accepted.

VIII. TERMS AND CONDITIONS FOR PROPOSALS A. A crucial aspect of this project is a detailed evaluation of each company including

resources, experience and performance. The RFP is designed to facilitate the evaluation and selection of the vendor that is best able to achieve the County’s objectives. The County reserves the right to reject any proposals it deems to be in non-conformance with these terms and conditions.

B. The written proposal must contain a Table of Contents. All pages must be numbered and major sections and all attachments should be referenced in the Table of Contents. Each category for which you submit a proposal should be clearly indicated and separate from other categories. If desired, a Respondent may also include an executive summary (optional, no more than two typed pages). Each proposal must be signed by an individual authorized to enter into and execute contracts on the Respondent’s behalf. Unless otherwise specified in its proposal, the Respondent represents that it is capable of meeting or exceeding all requirements specified in the RFP.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 25 OF RFP NO. 2019-153

STATEMENT OF WORK

IX. EVALUATION OF PROPOSALS A. All qualified proposals will be evaluated and the County will select the Respondent

whose proposal is determined to be in its best interest. The County reserves the right to endorse a Respondent other than the lowest submitted proposal. Evaluation of proposals will be conducted based on information provided in the Respondent’s proposal and on such other available information that the County determines to be advisable. Tarrant County reserves the right to request additional material and presentations upon receipt of proposals. The specific criteria, which will be used in the evaluation process, include: 1. Vendor Qualifications and Experience ................................................. 35%

a. Respondent’s experience in providing alcohol and drug testing services of a similar scope including DOT and Non-DOT physicals.

b. Demonstrated experience with providing similar testing services under US Department of Transportation guidelines for at least five (5) years. MUST furnish documents that demonstrate the number of years your company has been providing relevant DOT drug and alcohol services.

2. Proposed Approach and Management ................................................. 30% a. Proposed Solutions for providing all components of DOT and

non -DOT services, including: 1) Data Management/Administration/Reporting 2) Specimen Collection & Provision of Medical Examinations Must provide business hours of facilities, locations, and

number of facilities. 3) Specimen Collection On-Site at Tarrant County Facilities 4) Drug and Alcohol Testing & Laboratory and Medical Review

Officer Services 5) Supervisor Training

3. References ........................................................................................... 5%

4. Price ..................................................................................................... 30%

100%

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 26 OF RFP NO. 2019-153

STATEMENT OF WORK

X. INDEMNIFICATION A. The Selected Vendor shall indemnify, defend, and hold harmless Tarrant County

Government, its officers, agents and employees from any and all claims and losses accruing to or resulting from any and all contractors, subcontractors, material persons, laborers and any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of any contract entered into as a result of this RFP and from all claims and losses accruing to or resulting from to any person, firm, or corporation who may be injured or damaged by the Selected Vendor, its officers, agents and employees or subcontractors in the performance of its contract, and against any liability including costs and expenses for violation of proprietary rights, copyrights or rights of privacy arising out of the publication, translation, reproduction, delivery, performance, use of disposition of any data furnished under any contract resulting here from or based on any libelous or otherwise unlawful matter contained in such data.

XI. MISCELLANEOUS A. The County will not be liable for the costs of work performed in the preparation and

production of a response to this request for proposals nor for any costs incurred by bidders in the presentation of their responses to the RFP. In addition, the County will not be liable for any costs related to a Respondent’s participation in any discussions or negotiations in any way related to this matter.

Tarrant County: Historically Underutilized Businesses (HUB) Policy Page 1 of 4

PAGE 27 OF RFP NO. 2019-153

TARRANT COUNTY

HISTORICALLY UNDERUTILIZED BUSINESSES (HUB) POLICY

I. POLICY STATEMENT

The Tarrant County Commissioners Court, being the policy development and budgetary control unit of county government, will strive to ensure that all businesses, regardless of size, economic, social or ethnic status have an equal opportunity to participate in the County’s procurement processes. The County is committed to promote full and equal business opportunity for all businesses to supply the goods and services needed to support the mission and operations of county government, and seeks to encourage the use of certified historically underutilized businesses (HUBs) through the use of race, ethnic and gender neutral means. It is the policy of Tarrant County to involve certified HUBs to the greatest extent feasible in the County’s procurement of goods, equipment, services and construction projects while maintaining competition and quality of work standards. The County affirms the good faith efforts of firms who recognize and practice similar business standards.

II. DEFINITIONS

Historically underutilized businesses (HUBs), also known as a disadvantaged business enterprise (DBE), are generally business enterprises at least 51% of which is owned and the management and daily business operations are controlled by one or more persons who is/are socially and economically disadvantaged because of his or her identification as a member of certain groups, including women, Black Americans, Mexican Americans and other Americans of Hispanic origin, Asian Americans and American Indians.

Certified HUBs includes business enterprises that meet the definition of a HUB and who meet the certification requirements of certification agencies recognized by Tarrant County.

Businesses include firms, corporations, sole proprietorships, vendors, suppliers, contractors, subcontractors, professionals and other similar references when referring to a business that provides goods and/or services regardless of the commodity category.

Tarrant County: Historically Underutilized Businesses (HUB) Policy Page 2 of 4

PAGE 28 OF RFP NO. 2019-153

Statutory bid limit refers to the Texas Local Government Code provision that requires competitive bidding for many items valued at greater than $50,000.

III. POLICY GUIDELINES

A. Tarrant County, its contractors, their subcontractors and suppliers, as well as all vendors of goods, equipment and services, shall not discriminate on the basis of race, color, creed, gender, age, religion, national origin, citizenship, mental or physical disability, veteran’s status or political affiliation in the award and/or performance of contracts. All entities doing business or anticipating doing business with the County shall support, encourage and implement affirmative steps toward a common goal of establishing equal opportunity for all citizens and businesses of the county.

B. Tarrant County will use and recognize the State of Texas certification process in conjunction with the implementation of this policy. The County does recognize other agencies’ certifications. Tarrant County reserves the right to review the certification status of any vendor applying to do business with the County. This review will be accomplished to determine the validity and authenticity of the vendor’s certification as a HUB.

C. The Commissioners Court may establish HUB target goals. Through a systematic approach of soliciting quotes, bids and proposals from certified HUBs and in compliance with applicable state and federal law this policy will strive to meet those goals. 1. Target goals should consider:

• the availability of HUB firms within the specific category of goods or services to be procured; and

• the diversity of the county’s population. 2. The goals should be reviewed and amended periodically. 3. The program may apply to all County procurements including construction

and professional services. 4. Particular attention will be given to HUB participation on purchases in

excess of the statutory bid limit. 5. The Commissioners Court herein establishes a 20% good faith target goal

for Tarrant County.

Tarrant County: Historically Underutilized Businesses (HUB) Policy Page 3 of 4

PAGE 29 OF RFP NO. 2019-153

D. Tarrant County will actively seek and encourage HUBs to participate in all facets of the procurement process by: 1. Continuing to increase and monitor a database of certified HUB vendors,

professionals and contractors. The database will be expanded to include products, areas of expertise and capabilities of each HUB firm.

2. Continuing to seek new communication links with HUB vendors, professionals and contactors to involve them in the procurement process.

3. Continuing to advertise bids on the County’s website and in newspapers including newspapers that target socially and economically disadvantaged communities.

4. Continuing to provide bid notifications to minority Chambers of Commerce.

E. As prescribed by law, the purchase of one or more items costing in excess of the statutory bid limit must comply with the competitive bid process. Where possible, those bids will be structured to include and encourage the participation of HUB firms in the procurement process by: 1. Division of proposed requisitions into reasonable lots in keeping with

industry standards and competitive bid requirements. 2. Where feasible, assessment of bond and insurance requirements and the

designing of such requirements to reasonably permit more than one business to perform the work.

3. Specification of reasonable, realistic delivery schedules consistent with the County’s actual requirements.

4. Specifications, terms and conditions reflecting the County’s actual requirements are clearly stated, and do not impose unreasonable or unnecessary contract requirements.

F. A HUB Policy statement shall be included in all specifications. The County will consider the bidder’s responsiveness to the HUB Policy in the evaluation of bids and proposals. Failure to demonstrate a good faith effort to comply with the County’s HUB policy may result in a bid or proposal being considered non-responsive to specifications.

G. The Tarrant County Purchasing Department will actively seek the participation of HUB firms in the quotation process for purchases under the statutory bid limit. HUB firms will be identified on the computerized database and linked to the commodities they represent. Buyers will be encouraged to use available internal and external databases of certified HUB firms.

Tarrant County: Historically Underutilized Businesses (HUB) Policy Page 4 of 4

PAGE 30 OF RFP NO. 2019-153

H. Nothing in this policy shall be construed to require the County to award a contract other than to the lowest responsive bidder meeting specifications as required by law. This policy is narrowly tailored in accordance with applicable law.

IV. ADMINISTRATIVE GUIDELINES

A. The Tarrant County Purchasing Department shall serve as the County’s HUB Office with responsibility for the implementation, monitoring and general operations of the HUB policy. The Purchasing Agent shall serve as the County HUB Officer. 1. The HUB Officer will establish procedures to implement this policy across

the full spectrum of the procurement process. The County HUB Office will periodically review with department head and elected officials regarding procurement opportunities.

2. Managing the policy and training buyers and other County personnel in order to meet County goals will be the responsibility of the HUB Office.

3. The HUB Office will cooperate with other local government entities to increase HUB participation throughout the county and region. The HUB Office is encouraged to participate in educational and other outreach programs to assist HUB firms.

4. The HUB Officer will receive and review complaints and recommendations regarding the implementation of the HUB Policy and the good faith efforts of bidders. Further, the HUB Office will audit for compliance to the HUB Policy on eligible projects after award, during the performance of the contract and after completion, while also making any recommendations to Commissioners Court regarding any irregularities or misrepresentation of facts as they relate to compliance with the policy. The HUB Office will review documentation submitted by HUB firms in compliance with this policy.

5. An annual report along with recommendations shall be provided to the Commissioners Court and Purchasing Board. The annual report will provide statistical data and efforts reflected in the number of purchase orders, value of goods and services purchased, percentages to HUB firms, and outreach and marketing efforts. Other statistics may be required or requested by the Commissioners Court or Purchasing Board.

510 Historically Underutilized Businesses Policy Adopted: Court Order 64788 (December 17, 1990) Amended: Court Order 69958 (December 7, 1993) Amended: Court Order 99651 (December 28, 2006) Amended: Court Order 127875 (June 19, 2018)

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 31 OF RFP NO. 2019-153

FOR DISADVANTAGED BUSINESS ENTERPRISES ONLY

Disadvantaged Business Enterprises (DBE) are encouraged to participate in Tarrant County's Proposal process. The Tarrant County Purchasing Department will provide additional clarification of specifications, assistance with Forms, and further explanation of procedures to those DBEs who request it.

Representatives from DBE companies should identify themselves as such and submit a copy of the Certification.

Tarrant County recognizes the certifications of both the State of Texas General Services Commission HUB Program and the North Central Texas Regional Certification Agency. All companies seeking information concerning DBE certification are urged to contact.

Texas Procurement and Support Services North Central Texas Statewide HUB Program Regional Certification Agency 1711 Jacinto Blvd. 624 Six Flags Drive, Suite 100 PO Box 13047 OR Arlington, Texas 76011 Austin, Texas 78711-3047 (817) 640-0606 (512) 463-5872

If Respondent is already certified, attach a copy of your certification to this form and return with Proposal. COMPANY NAME: ______________________________________________________ REPRESENTATIVE: ____________________________________________________ ADDRESS: ____________________________________________________________ CITY, STATE, ZIP: ______________________________________________________ TELEPHONE NO. __________________________ FAX NO . ____________________ Indicate all that apply:

______Minority-Owned Business Enterprise ______Women-Owned Business Enterprise ______Disadvantaged Business Enterprise

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 32 OF RFP NO. 2019-153

REFERENCES

Please list three (3) references, other than past or present employees of Tarrant County, who can verify your performance as a Vendor. Performance includes but is not limited to, sales and/or service, delivery, invoicing, and other items as may be required for Tarrant County to determine Respondent’s ability to provide the intended goods or service of this Proposal. Tarrant County PREFERS references to be from Government customers. References must be able to verify the quality of service Respondent’s company provides and that the Respondent has completed a project of similar size and scope of work in this solicitation. Inaccurate, obsolete or negative responses from the listed references could result in rejection of your Proposal. Failure to supply the required references will deem Respondent as non-responsive and will not be considered for the award. Respondent involvement with reference checks is not permitted. Only Tarrant County or its designee will conduct reference checks. Any deviation to this will result in rejection of your response.

REFERENCE ONE

GOVERNMENT/COMPANY NAME: __________________________________________________________________

ADDRESS: _____________________________________________________________________________________

CONTACT PERSON AND TITLE: __________________________________________________________________

TELEPHONE NUMBER: ___________________________________________________________________________

E-MAIL ADDRESS: _______________________________________________________________________________

SCOPE OF WORK: ______________________________________________________________________________

CONTRACT PERIOD: _____________________________________________________________________________

REFERENCE TWO

GOVERNMENT/COMPANY NAME: __________________________________________________________________

ADDRESS: _____________________________________________________________________________________

CONTACT PERSON AND TITLE: __________________________________________________________________

TELEPHONE NUMBER: ___________________________________________________________________________

E-MAIL ADDRESS: _______________________________________________________________________________

SCOPE OF WORK: ______________________________________________________________________________

CONTRACT PERIOD: _____________________________________________________________________________

REFERENCES MUST BE RETURNED WITH PROPOSAL!

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 33 OF RFP NO. 2019-153

REFERENCES

REFERENCE THREE

GOVERNMENT/COMPANY NAME: __________________________________________________________________

ADDRESS: _____________________________________________________________________________________

CONTACT PERSON AND TITLE: __________________________________________________________________

TELEPHONE NUMBER: ___________________________________________________________________________

E-MAIL ADDRESS: _______________________________________________________________________________

SCOPE OF WORK: ______________________________________________________________________________

CONTRACT PERIOD: _____________________________________________________________________________

REFERENCES MUST BE RETURNED WITH PROPOSAL!

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 34 OF RFP NO. 2019-153

SIGNATURE FORM The undersigned, on behalf of and as the authorized representative of Respondent, agrees this Proposal becomes the property of Tarrant County after the official opening.

The undersigned affirms the Respondent has familiarized itself with the local conditions under which the work is to be performed; satisfied itself of the conditions of delivery, handling and storage of equipment and all other matters that may be incidental to the work, before submitting a Proposal.

The undersigned agrees, on behalf of Respondent, that if this Proposal is accepted, to furnish all materials and services upon which price(s) are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Proposal will be ninety (90) calendar days.

The undersigned affirms that they are duly authorized to execute this contract, that this Proposal has not been prepared in collusion with any other Respondent, nor any employee of Tarrant County, and that the contents of this Proposal have not been communicated to any other Respondent or to any employee of Tarrant County prior to the official opening of this Proposal.

Respondent hereby assigns to Tarrant County all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq.

The undersigned affirms that they have read and do understand the specifications and any attachments contained in this solicitation. Failure to sign and return this form will result in the rejection of the entire Proposal.

Signature ____________________________________________________X Authorized Representative

LEGAL NAME AND ADDRESS OF COMPANY: ___________________________________ Date ________________________________ ___________________________________ Name _______________________________ ___________________________________ Title ________________________________ Tel. No. ____________________________ FAX No. _____________________________ E-Mail Address: ______________________________________________________________ AFTER HOURS EMERGENCY CONTACT:

Name: ______________________________ Tel. No. _____________________________

THIS FORM MUST BE SIGNED. THE ORIGINAL WITH ORIGINAL SIGNATURE AND THREE (3) COPIES MUST BE RETURNED

WITH PROPOSAL!

Did you sign and submit all required forms?

If not, your Proposal will be rejected!

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 35 OF RFP NO. 2019-153

COMPANY IS:

Business included in a Corporate Income Tax Return? ______YES ______NO

_____Corporation organized & existing under the laws of the State of ____________________

_____Partnership consisting of _________________________________________________

_____Individual trading as ______________________________________________________

_____Principal offices are in the city of ____________________________________________ DUNS Number: _____________________ CAGE Code: _____________________

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 36 OF RFP NO. 2019-153

COMPLIANCE WITH FEDERAL AND STATE LAWS CERTIFICATION OF ELIGIBILITY

By submitting a Proposal in response to this solicitation, the Respondent certifies that at the time of submission, they are not on the Federal Government’s list of suspended, ineligible, or debarred entities. In the event of placement on the list between the time of Proposal submission and time of award, the Respondent will notify the Tarrant County Purchasing Agent. Failure to do so may result in terminating this contract for default.

RELATING TO STATE CONTRACTS WITH AND INVESTMENTS IN COMPANIES THAT BOYCOTT ISRAEL AND INVESTMENTS IN COMPANIES THAT DO BUSINESS WITH IRAN, SUDAN, OR ANY OTHER FOREIGN TERRORIST ORGANIZATIONS.

Effective September 1, 2017, Respondent verifies that they do not boycott Israel and will not boycott Israel during the term of this contract. The term “boycott Israel” is defined by Texas Government Code Section 808.001, effective September 1, 2017. Respondent further verifies that they are not engaged in business with Iran, Sudan, or any foreign terrorist organization. The term “foreign terrorist organization” means an organization designated as a foreign terrorist organization by the United States Secretary of State as authorized by 8 U.S.C. Section 1189.

DISCLOSURE OF INTERESTED PARTIES

The law states that a governmental entity may not enter into certain contracts with a nonexempt business entity unless the business entity submits a disclosure of interested parties to the governmental entity. By submitting a Bid in response to this solicitation, the Respondent agrees to comply with HB 1295, Government Code 2252.908. Respondent agrees to provide Tarrant County Purchasing Agent, and/or requesting department, the “Certificate of Interested Parties,” Form 1295 as required, within ten (10) business days from notification of pending award, renewal, amended or extended contract.

Signature _____________________________________________________X

THIS FORM MUST BE SIGNED. THE ORIGINAL WITH ORIGINAL SIGNATURE AND THREE (3) COPIES MUST BE RETURNED

WITH PROPOSAL.

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 37 OF RFP NO. 2019-153

DEFICIENCIES AND DEVIATIONS FORM

Following is a listing of ALL deficiencies and deviations from the requirements as outlined in this Proposal. Unless specifically listed, your response will be considered to be in FULL compliance with this Proposal. Respondent assumes the responsibility of identifying all deficiencies and deviations and if not identified, all requirements of this Proposal stipulated must be fulfilled at no additional expense to Tarrant County.

THE ORIGINAL AND THREE (3) COPIES OF THIS FORM SHOULD BE RETURNED WITH PROPOSAL!

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 38 OF RFP NO. 2019-153

NO-BID RESPONSE In the event that your organization chooses not to submit a bid/proposal for this solicitation, the Tarrant County Purchasing Department is interested in the reasons why vendors have chosen not to submit bids/proposals in order to better serve the taxpayers of Tarrant County. Please indicate your reason(s) by checking all applicable items below and return this form to the address shown below.

Could not meet specifications. Items or materials requested not manufactured by us or not available to our company. Insurance requirements too restricting. Bond requirements too restricting. The scope of services not clearly understood or applicable (too vague, too rigid, etc.) The project not suited to our organization. Quantities too small. Insufficient time allowed for preparation of bid/proposal. Other (please specify).

Vendor Name: ______________________________________________________________

Contact Person: _____________________________________________________________

Telephone: _________________________________________________________________

Email: _____________________________________________________________________ Please send your response to:

Tarrant County Purchasing Department 100 E. Weatherford, Suite 303 Fort Worth, TX 76196-0104

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 39 OF RFP NO. 2019-153

PROPOSED SUBCONTRACTORS

Provide an overview of subcontractors proposed for the Project, if any. Proposer must provide further description of each subcontractor on the following sheets, and must include Subcontractor Information for each proposed subcontractor. (List in descending order [largest to smallest] of scope of services provided to project.)

Subcontractor Name Team Size Role Responsibilities

THE ORIGINAL AND THREE (3) COPIES OF THIS FORM SHOULD BE RETURNED WITH PROPOSAL!

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 40 OF RFP NO. 2019-153

PROPOSER/SUBCONTRACTOR INFORMATION

An authorized representative of Proposer/Subcontractor who is legally authorized to certify the information requested in the name of and on behalf of the Proposer/Subcontractor is required to complete and sign the Required Certifications. All of the requested information and certifications must be provided in order to be eligible for award. Proposer/Subcontractor’s authorized representative must certify as to the truth of the representations made by signing where indicated below.

Proposer/Subcontractor Information

Name:

Entity’s Legal Form:

_____Corporation _____Partnership _____Sole Proprietorship _____Other ________________________________________

Address:

Designated Contact:

Phone:

Fax: The undersigned: (1) recognizes that the following representatives are submitted for the express purpose of assisting Tarrant County in making a determination to award a contract and/or approve a subcontract; (2) acknowledges and agrees by submitting the Certification, that the County may at its discretion, by means which it may choose, verify the truth and accuracy of all statements made herein; (3) acknowledges that intentional submission of false or misleading information may constitute a felony; and (4) certifies that the information submitted in this certification and any attached documentation is true, accurate and complete. _________________________________ ________________________________ Signature of Proposer/Subcontractor Printed Name _________________________________ ________________________________ Title Business Entity

THE ORIGINAL AND THREE (3) COPIES OF THIS FORM SHOULD BE RETURNED WITH PROPOSAL!

RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

PAGE 41 OF RFP NO. 2019-153

PRICE PROPOSAL FORM

ITEM NO. DESCRIPTION EST. QTY. UNIT PRICE TOTAL

PRICE

1. Urine Drug Testing Collection and Laboratory Services (On-Site) 0 – 62 Tests $_____________

per test $__________

2. Urine Drug Testing Collection and Laboratory Services (Clinic) 0 – 105 Tests $_____________

per test $__________

3. Alcohol Testing – Breath and/or Saliva Testing and Confirmation (On-Site)

0 – 39 Tests $_____________ per test $__________

4. Alcohol Testing – Breath and/or Saliva Testing and Confirmation (Clinic)

0 – 4 Tests $_____________ per test $__________

5. Medical Review Officer Services 0 – 44 Tests $_____________ per test $__________

6. Medical Examinations: DOT Physicals 0 – 29 Exams $_____________

per exam $__________

7. Medical Examinations: Non-DOT Physicals 0 – 19 Exams $_____________

per exam $__________

8. Data Management / Administration / Reporting 0 – 12 Months $_____________

per month $__________

9. Supervisor Training 0 – 15 Students $_____________ per student $__________

ESTIMATED TOTAL PRICE $__________

YOU MUST COMPLETE AND INCLUDE THE PRICE PROPOSAL FORM TO BE CONSIDERED FOR AN AWARD. DO NOT ALTER THIS FORM. DO NOT WRITE NOTES OR ADD ADDITIONAL FEES OR CHARGES TO THIS FORM. ENTER YOUR TOTAL, PER ITEM NUMBER, AND YOUR ESTIMATED TOTAL PRICE ONLY. ANY DEVIATIONS OR CHANGES MADE TO THIS FORM WILL BE AN AUTOMATIC REJECTION OF YOUR PROPOSAL.

Accuracy for all mathematical and number entries is the sole responsibility of the Respondent. Tarrant County will not be responsible for errors made by the Respondent.

THE ORIGINAL AND THREE (3) COPIES OF THIS FORM MUST BE RETURNED WITH PROPOSAL!

RFP 2019-153 RFP FOR EMPLOYEE DRUG AND ALCOHOL TESTING

MAY 29, 2019 at 2:00 P.M.

Please cut out and affix to the outside of your response package

Street View

Building View