HomeMy WebLinkAboutMINUTES - 01181994 - 1.56 To: BOARD OF SUPERVISORS
FROM: Mark Finucane, Health Services Director Contra
By: Elizabeth A. Spooner, Contracts AdministratorCnsta
DATE: Jaf)uary 6, 1994 County
SUBJECT: Approval of Standard Contract #26-184-4 with
Unilab Corporation
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
I. RECOMMENDED ACTION:
Approve and authorize the Chair, Board of Supervisors, to execute on
behalf of the County, Standard Contract #26-184-4 with Unilab
Corporation (formerly: MetWest Clinical Laboratories) for the period
from November 1, 1993 through October 31, 1994, with a payment limit
of $210, 000, for outside clinical laboratory services for Merrithew
Memorial Hospital and Clinics.
II. FINANCIAL IMPACT:
This Contract is included in the Department's Enterprise I Budget. As
appropriate, patients and third-party payors will be billed for
services.
III. REASONS FOR RECOMMENDATIONS/BACKGROUND:
The purpose of Standard Contract #26-184-4 with Unilab Corporation
(formerly: MetWest Clinical Laboratories) is to * provide for the
performance of outside clinical laboratory tests, tests requiring
equipment not available at Merrithew Memorial Hospital's laboratory,
and rarely requested laboratory tests. Because of the large number
and diversity of laboratory tests used by the medical community to
make diagnoses, most hospitals have to utilize outside laboratories as
it is too cost-prohibitive to provide all tests on site. Contra Costa
County has used the services of outside laboratories for over twenty-
five years.
CONTINUED ON ATTACHMENT: YES SIGNATURE:
- (2,
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMM DATI N OF BOARD CO MITTEE
APPROVE OTHER
SIGNATURE(S)
ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
UNANIMOUS (ABSENT ) I HEREBY CERTIFY THAT THIS IS A TRUE
AYES: NOES: AND CORRECT COPY OF AN ACTION TAKEN
ABSENT: ABSTAIN: AND ENTERED ON THE MINUTES OF THE BOARD
Contact: Frank Puglisi, Jr. (370-5100) OF SUPERVISORS ON THE DATE SHOWN.
CC: Health Services (Contracts) ATTESTED q
Risk Management Phil 461or,Cletht e Boa f
Auditor-Controller Supervisors and County-Administrator
Contractor
M382/7-83 BY -, DEPUTY
Contra Costa County Number 26-184-4
SGn;3ar3 Form 1/87 STANDARD CONTRACT / 5(P Fund/Org # 6364
�w- --� (Purchase of Services) Account # 2861
Other #
1. Contract Identification. -�
Department: Health Services - Hospital and Clinics
Subject: Outside Clinical Laboratory Services
2. Parties. The County of Contra Costa, California (County) , for its Department named
above, and the following named Contractor mutually agree and promise as follows:
Contractor: UNILAB CORPORATION (formerly: MetWest Clinical Laboratories)
Capacity: California corporation Taxpayer ID # 95-4415490
Address: 3714 Northgate Boulevard, Sacramento, California 95834
3. Term. The effective date of this Contract is November 1. 1993 and it terminates
October 31, 1994 unless sooner terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this. Contract shall not
exceed $210,000.
5. County's Obligations. County shall make to the Contractor those payments described in
the Payment Provisions attached hereto which are incorporated herein by reference,
subject to all the terms and conditions contained or incorporated herein.
6. Contractor's Obligations. Contractor shall provide those services and carry out that
work described in the Service Plan attached hereto which is incorporated herein by
reference, subject to all the terms and conditions contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and
Special Conditions (if any) attached hereto, which are incorporated herein by
reference.
8. Project. This Contract implements in whole or in part the following described Project,
the application and approval documents of which are incorporated herein by reference:
NOT APPLICABLE
9. Legal Authority. This Contract is entered into under and subject to the following
legal authorities: California Government Code 31000.
10, Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
ATTEST: Phil Batchelor, Clerk of the Board
BOARD OF PERVIS of Supervisors and County Administrator
By_..-.. By__
C airman Designee Deputy
p CONTRACTOR
By ,
/ GBy
V l CE
(Designate business capacity A) (Designate busirless capacity B)
Note to Contractor: For corporations (profit or nonprofit), the contract must be signed by two officers. Signature A must be
that of the president or vice-president and Signature B must be that of the secretary or assistant secretary (Civil Code Section
1190 and Corporations Code Section 313). All signatures must be acknowledged as set forth on page two.
t Contra, Costa County Standard Form 1/87
APPROVALS/ACKNOWLEDGEMENT
Number 26-184-4
APPROVALS
RECOMMENDED BY DEPARTMENT FORM APPROVED
By. B (2.
'Irv-
e
APPROVED: COUNTY ADMINISTRATOR
By
ACKNOWLEDGEMENT
State of California ACKNOWLEDGEMENT (By Corporation,
Partnership, or Individual)
County of
The person(s) signing above for Contractor; personally known to me in the individual or
business capacity(ies) stated, or proved to me on the basis of satisfactory evidence to
be the stated individual or the representatives) of the partnership or corporation
named above in the capacity(ies) stated, personally appeared before me today and
acknowledged that he/she/they executed it, and acknowledged to me that the partnership
named above executed it or acknowledged to me that the corporation named above executed
it pursuant to its bylaws or a resolution of its board of directors.
Dated: ���
[Notarial Seal]
Notary Public/Deputy County Clerk
OFFICIAL SEAL
WANDA PESILE
y� Notary PubBC-CaufOmla
POLO COUNTY -2-
My CamThslon MalCh 2 1995
Contra Costa County PAYMENT PROVISIONS Standard Form 6/90
(Fee Basis Contracts)
Number 26-184-4
1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the
following Payment Provisions, County will pay Contractor the following fee as full
compensation for all services, work, expenses or costs provided or incurred by
Contractor:
[Check one alternative only. ]
[ ] a. $ monthly, or
[ ] b. $ per unit, as defined in the Service Plan, or
[ J c. $ after completion of all obligations and conditions herein.
[R] d. (1) The unit price for performing, at County's request, tests listed in
Contractor's Price List, attached hereto and incorporated in this
Contract as Attachment A, as referenced in Paragraph 2. (Definition of
Laboratory Services) of the Contract Service Plan; and
(2) For tests performed at County's request, but not listed in Attachment A,
County shall pay Contractor at 63% less than the 1991 Price List,
excluding Non-Discountables, provided that the total reimbursement to
Contractor under this subparagraph shall not exceed $2,000 per annum; and
(3) The unit price for performing, at County's request, tests listed in
Contractor's High-Volume Price Lists, incorporated in this Contract as
Attachments B and B2. County shall pay Contractor five percent (5%) off
the list price (as specified under the column entitled "With 5% Discount"
on Attachment B and "With Discount" on Attachment B2) for the sixteen
high-volume tests listed in Attachments B and B2. County and Contractor
agree that any test listed in Attachment A, for which County requires a
high volume of testing services, may be substituted for any test listed
in Contractor's High-Volume Price Lists (Attachments B and B2) , but
Attachments B and B2 shall not exceed a total of 16 tests to be performed
at the 5% discount.
2. Payment Demands. Contractor shall submit written demands. Said demands shall be made
on County Demand Form D-15 and in the manner and form prescribed by County. Contractor
shall submit said demands for payment no later than 30 days from the end of the month
in which the contract services upon which such demand is based were actually rendered.
Upon approval of said payment demands by the head of the County Department for which
this Contract is made, or his designee, County will make payments as specified in
Paragraph 1. (Payment Amounts) above.
3. Penalty for Late Submission. When Contractor fails to submit to County a timely demand
for payment as specified in Paragraph 2. (Payment Demands) above, and as a result of
Contractor's late submission the County is unable to obtain reimbursement from the
State of California or otherwise; to the extent the County's recovery of to ding is
prejudiced, County shall not pay Contractor for such services, even though such
services were fully provided.
l(/
Initials:
Contractor dolTnty Dept.
1
Cdntta dosta County PAYMENT PROVISIONS Standard Form 6/90
(Fee Basis Contracts)
Number 26-184-4
4. Right to Withhold. County has the right to withhold payment to the Contractor when,
in the opinion of the County expressed in writing to the Contractor, (a) the
Contractor's performance, in whole or in part, either has not been carried out or is
insufficiently documented, (b) the Contractor has neglected, failed or refused to
furnish information or to cooperate with any inspection, review or audit of its
program, work or records, or (c) Contractor has failed to sufficiently itemize or
document its demand(s) for payment.
5. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying
to, and/or complying with any audit exceptions by appropriate County, State or Federal
audit agencies occurring as a result of its performance of this Contract. Contractor
also agrees to pay to the County within 30 days of demand by County the full amount of
the County's obligation, if any, to the State and/or Federal government resulting from
any audit exceptions, to the extent such are attributable to the Contractor's failure
to perform properly any of its obligations under this Contract.
�r
Initials:
Contractor Cou t Dept.
2
SERVICE PLAN
Number 26-184-4
1. Qualifications and Licensure. Contractor attests and certifies that it has the
necessary equipment and facilities, operates a California State-licensed and Medicare-
approved laboratory, and is qualified to provide specialized chemistry testing required under
the terms of this Contract. Contractor shall comply with the licensing and certification
requirements under the Clinical Laboratory Improvement Act of 1967, as amended, the Medicare
and Medicaid programs, and any applicable state statutes and regulations. Contractor further
agrees to provide, upon request by County, verification of such licensure, as requested from
time to time. Contractor attests and certifies that it operates under the following
licenses:
CDC (CLIA) #051,0000018
CAP #242031
California #201733
California Forensic Alcohol #91043
Controller Substances (DDA) #PRO 148189
Medicare Provider #ZZZ274692
Medi-Cal Provider #LAB00253H
Contractor shall keep said licenses in full effect during the entire term of this Contract.
2. Definition of Laboratory Services. Upon request by County, Contractor shall perform
the Laboratory Services specified in Contractor's Price List (Attachment A) , consisting of
seven pages. Laboratory Services shall mean clinical laboratory and pathology services
provided to County including, but not limited to, analyses in the areas of clinical
chemistry, hematology, serology, microbiology, cytogenetics, immunology, , endocrinology,
toxicology, histology, virology and cytology. Contractor will use its best efforts to
complete all routine tests within twenty-four (24) hours from receipt of specimens.
3. Supplies. Contractor shall provide County, at no charge, a reasonable amount of
supplies for the collection and submission of specimens to Contractor.
4. Training. Contractor shall provide training to County's staff in the collection and
handling of specimens and Contractor's pick up procedures. Such training will include the
provision of a Directory of Laboratory Services which lists specimen requirements for each
test and instructions for the proper handling and maintenance to ensure specimen integrity.
5. Telephone Referral Service. Contractor shall administer a telephone referral service
during non-business hours to respond to inquiries from County.
6. Repeat Testing. Contractor shall, upon request from County, perform repeat testing at
no charge if County suspects or believes that a result is incompatible with a patient's
clinical condition, where the request is made within five (5) days following the date of the
original test and analyte stability and specimen volume permit. This policy applies only to
specimens initially sent to Contractor.
Initials:
Contractor Cou ty Dept.
1
SERVICE PLAN
Number 26-184-4
7. Pick-Up Service. Contractor shall pick up testing specimens as follows:
a. Merrithew Memorial Hospital. Twice daily, in the a.m. and in the late p.m. ,
Monday through Friday, and once daily in the p.m. on Saturday, Sunday, and holidays, at
Merrithew Memorial Hospital Laboratory located at 2500 Alhambra Avenue, Martinez, California
or at other addresses as may be designated by County.
b. County Medical Clinics. Once daily in the p.m. , Monday through Friday, at County
Medical Clinics in Brentwood, Pittsburg, and Richmond, at the following locations (or at
other addresses as may be designated by County) :
(1) Brentwood: 118 Oak Street, Brentwood, California.
(2) Pittsburg: 45 Civic Avenue, Pittsburg, California.
(3) Richmond: 38th Street and Bissell Avenue, Richmond, California.
C. STAT Pick-Ups. Contractor shall provide STAT Pick-Ups as requested by County.
Contractor shall not charge an additional fee for such STAT Pick-Ups, and shall not charge
an additional fee for STAT testing performed.
8. Priority for Testing. Contractor shall perform Laboratory Tests in accordance with the
priority categories for testing listed below. County shall notify Contractor of the priority
category under which the tests are to be performed.
a. STAT (Category I) . STAT (Category I priority) means performing the test
immediately ("STAT") with a telephone report to the County immediately upon completion of the
test, followed with a written report. The tests for which STAT priority testing is available
are listed on the attached METWEST STAT LIST which is incorporated herein by reference as
Attachment C.
b. ROUTINE (Category M . ROUTINE (Category II priority) means performing the
test within 24-72 hours with a telephone report to the County immediately upon completion of
the test, followed with a written report to the County.
9. Teleprinter. Contractor shall provide a Teleprinter at Merrithew Memorial hospital.
This shall include a telephone line, printer, modem and paper at no charge to County. The
Teleprinter shall be set up and maintained at no additional charge to County.
r
Initials:
Contractor Co ty Dept.
2
SPECIAL CONDITIONS
Number 26-184-4
1. Professional Liability Insurance Coverage. In addition to the insurance coverage
requirements set forth in General Conditions Paragraph 19. (Insurance) , Contractor shall also
provide and keep in effect a policy or policies of professional liability insurance
(malpractice) ;with a minimum coverage limit of $1,000,000 per occurrence for all damages
resulting from professional services provided by Contractor under this Contract. Not later
than the effective date ' of this Contract, Contractor shall provide County with a
certificate(s) of insurance evidencing the above liability insurance. Contractor shall
provide County with new certificates of insurance if there is any change in coverage.
2. Endorsements. Contractor shall not in its capacity as a contractor with Contra Costa
County publicly endorse or oppose the use of any particular brand name or commercial product
without the prior approval of the Board of Supervisors. In its County contractor capacity,
Contractor shall not publicly attribute qualities or lack of qualities to a particular brand
name or commercial product in the absence of a well-established and widely-accepted
scientific basis for such claims or without the prior approval of the Board of Supervisors.
In its County contractor capacity, Contractor shall not participate or appear in any
commercially-produced advertisements designed to promote a particular brand name or
commercial product, even if Contractor is not publicly endorsing a product, as long as the
Contractor's presence in the advertisement can reasonably be interpreted as an endorsement
of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing,
Contractor may express its views on products to other contractors, the Board of Supervisors,
County officers, or others who may be authorized by the Board of Supervisors or by law to
receive such views.
�I
Initials:
Contractor Cour y pt.
GENERAL CONDITIONS
(Purchase of Services).
1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local
laws and regulations applicable with respect to its performance under this Contract, including but not
limited to, licensing, employment and purchasing practices; and wages, hours and conditions of
employment, including nondiscrimination.
2. Inspection. Contractor's performance, place of business and records pertaining to this Contract
are subject to monitoring, inspection, review and audit by authorized representatives of the County, the
State of California, and the United States Government.
3. Records. Contractor shall keep and make available for inspection and copying by authorized
representatives of the County, the State of California, and the United States Government, the
Contractor's regular business records and such additional records pertaining to this Contract as may be
required by the County.
a. Retention of Records. The Contractor shall retain all documents pertaining to this Contract
for five years from the date of submission of Contractor's final payment demand or final Cost Report;
for any further period that is required by law; and until all Federal/State audits are complete and
exceptions resolved for this contract's funding period. Upon request, Contractor shall make these records
available to authorized representatives of the County, the State of California, and the United States
Government.
b. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section 1861(v)(1)
of the Social Security Act, and any regulations promulgated thereunder, Contractor shall, upon written
request and until the expiration of four years after the furnishing of services pursuant to this Contract,
make available to the Secretary of Health and Human Services or to the Comptroller General, or any of
their duly authorized representatives, this Contract and books, documents, and records of Contractor
that are necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value
or cost of $10,000 or more over a twelve-month period, such subcontract shall contain a clause to the
effect that upon written request and until the expiration of four years after the furnishing of services
pursuant to such subcontract, the subcontractor shall make available, to the County, to the Secretary or
to the Comptroller General, or any of their duly authorized representatives, the subcontract and books,
documents, and records of the subcontractor that are necessary to verify the nature and extent of all costs
and charges thereunder.
This special condition is in addition to any and all other terms regarding the maintenance or retention
of records under this Contract and is binding on the heirs, successors, assigns and representatives of
Contractor.
4. Reporting Reguirements. Pursuant to Government Code Section 7550, Contractor shall include
in all documents or written reports completed and submitted to County in accordance with this Contract,
a separate section listing the numbers and dollar amounts of all contracts and subcontracts relating to
the preparation of each such document or written report. This section shall apply only if the payment
limit under this Contract exceeds $5,000.
1
GENERAL CONDITIONS
(Purchase of Services)
5. Termination.
a. Written Notice. This Contract may be terminated by either party, at their sole discretion,
upon thirty-day advance written notice thereof to the other, and may be cancelled immediately by written
mutual consent.
b. Failure to Perform. The County, upon written notice to Contractor, may immediately
terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder.
In the event of such termination, the County may proceed with the work in any reasonable manner it
chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum
due the Contractor under this Contract, without prejudice to the County's rights otherwise to recover
its damages.
C. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal,
State, or other non-County funding for this Contract ceases, this Contract is terminated without notice.
6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties.
Except as expressly provided herein, no other understanding, oral or otherwise, regarding the subject
matter of this Contract shall be deemed to exist or to bind any of the parties. hereto.
7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures
and budgets required by this Contract, including but not limited to, monitoring, evaluating, auditing,
billing, or regulatory changes, may be developed and set forth in a written Informal Agreement between
the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be
amendments to this Contract except to the extent that they further detail or clarify that which is already
required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this
Contract, including any sums of money to be paid the Contractor as provided herein. Informal
Agreements may be approved and signed by the head of the County Department for which this Contract
is made or his designee.
8. Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended by a written document
executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval,
by its designee, subject to any required State or Federal approval.
b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and
the Service Plan may be amended by a written administrative amendment executed by the Contractor
and the County Administrator or his designee, subject to any required State or Federal approval,
provided that such administrative amendments may not materially change the Payment Provisions or the
Service Plan.
9. Disputes. Disagreements between the County and Contractor concerning the meaning,
requirements, or performance of this Contract shall be subject to final determination in writing by the
head of the County Department for which this Contract is made or his designee or in accordance with
the applicable procedures (if any) required by the State or Federal Government.
2
GENERAL CONDITIONS
(Purchase of Services)
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in
accordance with the laws of the State of California.
b. . Any action relating to this Contract shall be instituted and prosecuted in the courts of
Contra Costa County, State of California.
11. Conformance with Federal and State Re;ulations and Laws. Should Federal or State regulations
or laws touching upon the subject of this Contract be adopted or revised during the term hereof, this
Contract shall be deemed amended to assure conformance with such Federal or State requirements.
12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections
or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's
performance or any part thereof complies with the requirements of this Contract, or acceptance of the
whole or any part of said performance, or payments therefor, or any combination of these acts, shall not
relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby
estopped from bringing any action for damages or enforcement arising from any failure to comply with
any of the terms and conditions of this Contract.
13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and
representatives of Contractor. The Contractor shall not enter into subcontracts for any work
contemplated under this Contract and shall not assign this Contract or monies due or to become due,
without the prior written consent of the County Administrator or his designee, subject to any required
State or Federal approval.
14. Independent Contractor Status. This Contract is by and between two independent contractors and
is not intended to and shall not be construed to create the relationship between the parties of agent,
servant, employee, partnership, joint venture or association.
15. Conflicts of Interest. Contractor, its officers, partners, associates, agents, and employees, shall
not make, participate in making, or in any way attempt to use the position afforded them by this
Contract to influence any governmental decision in which he or she knows or has reason to know that
he or she has a financial interest under California Government Code Sections 87100, et seq., or
otherwise.
16. Confidentiality. Contractor agrees to comply and to require its officers, partners, associates,
agents and employees to comply with all applicable State or Federal statutes or regulations respecting
confidentiality, including but not limited to, the identity of persons served under this Contract, their
records, or services provided them, and assures that:
a. All applications and records concerning any individual made or kept by Contractor or any
public officer or agency in connection with the administration of or relating to services provided under
this Contract will be confidential, and will not be open to examination for any purpose not directly
connected with the administration of such service.
3
GENERAL CONDITIONS
(Purchase of Services)
b. No person will publish or disclose or permit or cause to be published or disclosed, any list
of persons receiving services,except as may be required in the administration of such service. Contractor
agrees to inform all employees, agents and partners of the above provisions, and that any person
knowingly and intentionally disclosing such information other than as authorized by law may be guilty
of a misdemeanor.
17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract
shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or
ethnic background, or handicap, and that none shall be used, in whole or in part, for religious worship
or instruction.
18. Indemnification. The Contractor shall defend, indemnify,save, and hold harmless the County and
its officers and employees from any and all claims, costs and liability for any damages, sickness, death,
or injury to person(s) or property, including without limitation all consequential damages, from any cause
whatsoever arising directly or indirectly from or connected with the operations or services of the
Contractor or its agents, servants, employees or subcontractors hereunder, save and except claims or
litigation arising through the sole negligence or sole willful misconduct of the County or its officers or
employees. Contractor will reimburse the County for any expenditures, including reasonable attorneys'
fees, the County may make by reason of the matters that are the subject of this indemnification, and if
requested by the County will defend any claims or litigation to which this indemnification provision
applies at the sole cost and expense of the Contractor.
19. Insurance. During the entire term of this Contract and any extension or modification thereof, the
Contractor shall keep in effect insurance policies meeting the following insurance requirements unless
otherwise expressed in the Special Conditions:
a. Liability Insurance. The Contractor shall provide comprehensive liability insurance,
including coverage for owned and non-owned automobiles, with a minimum combined single limit
coverage of$500,000 for all damages, including consequential damages, due to bodily injury, sickness or
disease, or death to any person or damage to or destruction of property, including the loss of use thereof,
arising from each occurrence. Such insurance shall be endorsed to include the County and its officers
and employees as additional insureds as to all services performed by Contractor under this agreement.
Said policies shall constitute primary insurance as to the County, the State and Federal Governments,
and their officers, agents, and employees, so that other insurance policies held by them or their self-
insurance program(s) shall not be required to contribute to any loss covered under the Contractor's
insurance policy or policies.
b. Workers' Compensation. The Contractor shall provide workers' compensation insurance
coverage for its employees.
C. Certificate of Insurance. The Contractor shall provide the County with (a) certificate(s)
of insurance evidencing liability and worker's compensation insurance as required herein no later than
the effective date of this Contract. If the Contractor should renew the insurance policy(ies) or acquire
either a new insurance policy(ies) or amend the coverage afforded through an endorsement to the policy
at any time during the term of this Contract, then Contractor shall provide (a) current certificate(s) of
insurance.
4
GENERAL CONDITIONS
(Purchase of Services)
d. Additional Insurance Provisions. The insurance policies provided by the Contractor shall
include a provision for thirty (30) days written notice to County before cancellation or material changes
of the above specified coverage.
20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by
deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head
of the County Department for which this Contract is made. Notices to the Contractor shall be
addressed to the Contractor's address designated herein. The effective date of notice shall be the date
of deposit in the mails or of other delivery, except that the effective date of notice to the County shall be
the date of receipt by the head of the County Department for which this Contract is made.
21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General
Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General
Conditions.
22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or
understanding that the services provided by Contractor under this Contract will be purchased by County
under a new contract following expiration of termination of this Contract, and waives all rights or claims
to notice or hearing respecting any failure to continue purchase of all or any such services from
Contractor.
23. Possessory Interest. If this Contract results in the Contractor having" possession of, claim to or
right to the possession of land or improvements, but does not vest ownership of the land or improvements
in the same person, or if this Contract results in the placement of taxable improvements on tax exempt
land (Revenue & Taxation Code Section 107), such interest ortimprovements may represent a possessory
interest subject to property tax, and Contractor may be subject to the payment of property taxes levied
on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue
& Taxation Code Section 107.6, and waives all rights to further notice or to damages under that or any
comparable statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that services under this
Contract may provide some aid or assistance to members of the County's population, it is not the
intention of either the County or Contractor that such individuals occupy the position of intended third-
party beneficiaries of the obligations assumed by either party to this Contract.
25. Copyriahts and Rights in Data. Contractor shall not publish or transfer any materials produced
or resulting from activities supported by this agreement without the express written consent of the County
Administrator. If any material is subject to copyright, the County reserves the right to copyright such
and the Contractor agrees not to copyright such material. If the material is copyrighted, the County
reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such
materials, in whole or in part, and to authorize others to do so.
5
CONTRACTOR'S PRICE LIST Page 1
ATTACHMENT A
OUTSIDE REFERENCE LABORATORY
UNILAR. .Dic.
CONTRACT TERM: 12 mmths
projected METWEST METWEST
REFERENCE LAB TEST 14 month price per 14 month
volume(1) test cost
17(ALpha)-Hydroxyprogesterone 6.2 $19.03 $118.41
17-Hydroxycort. 3.1 $12.94 $40.26
17-Ketogenic Steroids and 117-Ketosteroids 0.0 $13.93 $0.00
17-Ketosteroids Ua 1.6 $9.71 $15.10
5-Flucytosine 1.6 $45.90 $71.40
5-Hydroxyindoleacetic 12.4 $10.98 $136.64
5-Nucleotidase 7.8 $8.33 $64.79
A,ebic Antibody IHA 14.0 $35.51 $497.14
Acetaminophen 1.6 $14.81 $23.04
Acid Phosphatase Prostatic 107.3 $8.44 $905.89
Acid Phosphate Total 6.2 $4.41 $27.44
Acids (Cholylglycine) Bile 4.7 $10.79 $50.35
acid-Mucopolysaccharides 0.0 $17.26
ACTH 9.3 $35.20 $328.53
alcohol-Isopropyl 0.0 $0.00
alcohol-methanol 3.1 $11.18 $34.78
ALcohol-Qt 0.0 $0.00
aldolase 3.1 $6.48 $20.16
aldosterone-Blood 6.2 $33.04 $205.58
aldosterone-Urine 0.0 $33.04 $0.00
Alkaline Phosphatase, Leukocyte 10.9 $8.44 $91.90
.Alkaline Phosphatase Fract. 3.1 $11.47 $35.68
alpha-Antitrypsin 10.9 $10.39 $113.14
alpha-Fetoprotein (Fetoglobulin)** 157.1 $16.47 $2,587.62
Amebic (E. Histolytica) EIA 3.1 $10.98 $34.16
Amikacin 3.1 $13.11 $40.79
Amino Acid Fractionation, Quant. Urine/Plasm 1.6 $70.99 $110.43
Amino Acid Fract. Qnt. Blood 0.0 $70.99 $0.00
Amino Acid Screen Plasma 0.0 $9.71 $0.00
Amino Acid Screen UA 3.1 $9.71 $30.21
;minoembryonic Antigen CEA** ! 118.2 $17.74 $2,097.26
aminophylline (theoph) 0.0 $12.46 $0.00
,mitriptyline 10.9 $13.14 $143.08
,mmonia 0.0 $13.14 $0.00
:.meiotic Fluid Delta 3.1 $6.67 $20.75
amniotic Fluid FSI 59.1 $19.91 . $1,176.90
•.mniotic Fluid US Ratio 66.9 $47.38 $3,169.20
%mniotic Fluid Pg Included with L/S ratio 15.6 $48.41 $753.04
,mylase Fract. 3.1 $68.78 $213.98
mylase Serum 0.0 $4.22 $0.00
.ndrostenedione 0.0 $31.80 $0.00
,ngiotensin Converting ACE 31.1 $11.77 $366.18
.nti-Biotic Level S.C. Nichols 0.0 $28.00 $0.00
Page 2
Anti-Depression Screen 4.7 50.00
Anti-Desoxyribonuclease Titer (DNA) 6.2 .528.00 $174.22
Anti-Diuretic Hormone 0.0 $37.26 $0.00
Anti-DNA 28.0 $16.47 $461.16
Anti-DNA (double strand) 0.0 $11.86 30.00
Anti-DNase B 0.0 $28.00 $0.00
Anti-Histone antibodies quant. 1.6 $14.51 322.57
Anti-Mitochondrial 1.6 311.86 318.45
Anti-Neutrophilic cytoplasmic antibody (ANCA) 1.6 $78.00 $121.33
Anti-Nuclear Antibodies" 625.3 38.65 $5,409.13
Anti-Parietal Cell 1.6 310.98 $17.08
Anti-Platelet Antibodies, Indirect 1.6 $51.48 $80.08
Anti-psychotic drug screen 0.0 $0.00
Anti-Scleroderma-70 1.6 $9.81 $15.26
Anti-Smooth Muscle with Anti-Mitochondrial 24.9 $11.18 $278.26
Anti-Streptolysin 0 38.9 $5.30 3206.11
Anti-Thrombin III Level 1.6 $16.47 $25.62
Anti-Thyroglobulin & Anti-Thyroid Antibody 31.1 $15.30 $476.00
arsenic, Blood, Quaint. or UA 1.6 $0.12 $0.19
;spergillis Antibodies 3.1 $10.98 $34.16
3utalbital 0.0 $12.67 $0.00
:1 Esterase Inhibitor 7.8 $14.81 $115.19
:1q 0.0 $11.37 $0.00
:admium Ua 4.7 $11.37 $53.06
:affein 0.0 $11.37 $0.00
:aLcitonin 0.0 $25.10 $0.00
:alcium, Ionized 14.0 $11.86 $166.04
:ancer 15-3 6.2 $16.96 $105.53
:ancer 19-9 15.6 $14.81 $230.38
:ancer Antigen 125 48.2 $16.08 $775.41
Carbamazepine 4.7 $14.02 $65.43
:ardiolipin Antibody Pand 0.0 $90.00 $0.00
:arotene 4.7 $6.96 $32.48
:atecholamines, Fract. Plasma 3.1 $38.34 $119.28
:atecholamines FRE 6.2 $17.18 $106.90
:attecholamines F & T Ua 3.1 $90.00 $280.00
:eruloplasmin 14.0 $7.16 $100.24
:hlamydia Trach. Antibody 14.0 $12.55 $175.70
:hLordiazepoxide 0.0 $12.16 $0.00
:holinesterase Plasma & RBC 7.8 $9.71 $75.52
:holinesterase Serum 0.0 36.76 $0.00
:hromosome Analysis 0.0 $392.20 $0.00
:lonazepam (Clonopin) 0.0 $13.14 $0.00
:ocaine, Quant. 0.0 $12.55 $0.00
:occidioides Antibody 14.0 $9.41 $131.74
:occidiomycosis AB CF 0.0 $9.41 $0.00
:occidiomycosis Ab Immuno Diffusion 0.0 $12.55 $0.00
:old Agglutinins, Quant. 10.9 $4.80 $52.27
omplement, Total CH50 9.3 $20.79 $194.04
omplement C4 Serum 46.7 $12.25 $571.67
omplement C# Serum 46.7 $10.20 $476.00
opper Serum 4.7 $10.20 $47.60
gage 3
Copper Urine 3.1 S9.61 529.90
Coronary Risk Group 1.6 57.84 S12.20
Cortisol Plasma 129.1 $12.64 S1,631.96
Cortisol Urinary Free 0.0 $16.08 $0.00
Costridium Difficile Toxin 211.6 $15.69 $3,319.31
Counter Immuno Electropyhoresis 0.0 S30.50 50.00
Creatine Serum 0.0 $4.80 $0.00
Cryofibrinogen, Qual. 0.0 S4.71 $0.00
Cryoglobulins 9.3 $3.23 $30.15
Cryptococcus Antigen-Latex** 245.8 $10.20 $2,506.93
Cryptococus Antigen 0.0 $10.20 $0.00
CSF Co-Agglutination (Phadebact) Bact. Antig.** 124.4 $30.50 $3,795.56
Cyanide Level S.O. to Nichols 0.0 S41.60 $0.00
Cyclosporine (HPLC) 12.4 $27.45 $341.60
Cystine Quant. 65.3 $8.93 $583.43
Cystocercosis 20.2 not available $0.00
Cytomegalovirus (CIV) CF Quant. 4.7 $11.47 $53.53
Cytomegalovirus (CMV) IgM 4.7 S13.14 561.32
C-Reactive Protein (CRP) 1.6 54.31 $6.70
Darvon 3.1 $12.16 $37.83
de, Quant. Serum Bromide 4.7 S6.20 $28.93
Desipramine Quant. 12.4 $11.36 $141.37
DHEA 690.7 $23.34 $16,120.16
DHEA Sulfate 0.0 $22.56 $0.00
Diazepan (Valium) quant. 1.6 $13.14 $20.44
Digitoxin 662.7 810.98 $7,276.08
Digoxin 132.2 $10.59 $1,400.23
Disopyramide (Norpace) 0.0 $13.14 $0.00
Doxepin 0.0 $13.14 $0.00
Doxycortisol Compound 5 0.0 $0.00
Echinococcus Antibody 1.6 $7.42 $11.54
EPstein Bar Virus 14.0 $13.54 $189.56
Epstein barr: Chronic Active Infect. Prof. 0.0 S35.99 $0.00
rgthropietin 12.4 $14.42 $179.45
Erythnocyte Protoporphyrin Free 65.3 _57.84 $512.21
stradiol 20.2 522.45 5453.99
Estrogen, Total Ua non-pregnant 0.0 $14.12 $0.00
Estrogen Fract 1.6 $35.30 $54.91
Estrogen Total Serum 23.3 $19.03 $444.03
Ethosuximide (Zarontin) 3.1 $13.14 $40.88
-ebrile Agghte. 6.2 $9.20 $57.24
=ecal Fat Quant 12.4 $16.96 $211.06
erritin** 690.7 $13.33 $9,206.59
louride UA 0.0 $10.98 $0.00
'lurazapam 0.0 $0.00
olate & 8112** 662.7 $19.42 812,868.99
;olate (RBC) 132.2 $15.69 $2,074.57
=olate (serum) 31.1 $12.75 $396.67
:ructosamine 0.0 $3.43 $0.00
:SH Only 0.0 $16.38 $0.00
:T-14 250.4 $10.99 52,,752.38
=ungal Antibody Ont. 4.7 $35.59 $166.09
Page 4
Gama Glutamyl 59.1 $3.63 $214.57
Gastrin 18.7 $14.02 $261.71
Gent. 0.0 $15.30 $0.00
GGPD Ont. 49.8 $7.65 $380.80
Glutethimide 0.0 $12.16 50.00
Glyco HgB** 1799.8 $7.29 $13,120.38
Gold 0.0 $13.73 $0.00
Growth Hormone 7.8 $13.73 $106.79
Haldoperiodol 0.0 $16.67 $0.00
Haptoglobin-qnt. 26.4 $10.20 $269.73
HCG Beta Sub. Tumor Marker 23.3 $19.72 $460.13
HDL 1.6 $6.08 $9.46
Heavy Metal Screen Ua 21.8 $10.59 $230.63
Heavy Metal - quant. 9.3 $16.08 5150.08
Hemoglobin Plasma 0.0 $9.41 $0.00
.Hepatitis A antibody (IgM/IgG) 0.0 $14.81 $0.00
Hepatitis B: Delta Antigen 1.6 $9.51 $14.79
Hepatitis 8: Surface antibody 1.6 $9.51 $14.79
iepatitis C Antibodies 79.3 $12.94 $1,026.57
ierpes Simplex Antibodies 0.0 $10.59 $0.00
ierpes Simplex I and II IgG 0.0 $17.74 $0.00
Herpes Simplex I & II IgM 0.0
$21.57 $0.00
ierpes=IgG 0.0 $10.98 $0.00
ierpes=IgM 0.0 $13.54 50.00
ieterophile 0.0 $3.53 $0.00
igb Az 3.1 $6.76 $21.03
igb Electrophoresis (special)** 194.4 $10.89 $2,117.50
igb Fetal 0.0 $5.88 $0.00
iistoplasma Antibodies Quant. 3.1 $7.17 $22.31
.HLA ABC 0.0 $7.17 $0.00
HLA 87/827 7.8 $20.39 $158.59
HPL 0.0 $14.90 $0.00
HVA 0.0 $56.00 $0.00
Hydroxyproline 0.0 $43.14 $0.00
imipramine 1.6 $13.14 $20.44
immuno A 15.6 $6.08 $94.58
:rmiuno E 57.6 513.54 $779.30
imm.ino G 29.6 $6.57 $194.18
mmuno M 10.9 $6.57 $71.54
.mmuno Peroxidase Study - Test is not specific 0.0 $6.57 $0.00
mmunoelectrophoresis serum 6.2 $20.79 $129.36
mmunoelectrophoresis Urine 1.6 $22.36 $34.78
mmunoglobulins, Quant (IgA, IgM,IgG) 14.0 $15.69 $219.66
mmuno. 8 (IgG) 0.0 $0.00
nsulin 4.7 $9.71 545.31
nsulin Antibodies 17.1 $19.91 $340.68
ntrinsic Factor Blocking 0.0 510.20 $0.00
ntrinsic Factor Blocking 0.0 $10.20 $0.00
ron and Iron Binding Capacity 101.1 $7.94 $802.82
actic Acid 4.7 $7.84 $36.59
E Cell Prep 0.0 $5.40 $0.00
ead Blood 42.0 $9.51 $399.42
Page 5
Lead Urine 1.6 S9.51 514.79
Lead & FEP 20.2 $16.08 S325.17
Legionella Antibodies IgM 18.7 $15.69 5292.88
legionella DNA 4.7 541.90 $195.53
Legionella Immunoflorescenes 0.0 $14.51 $0.00
Leptospirosis S.O. 0.0 821.75 50.00
Leucine Aminopeptidase (LAP) 4.7 $6.67 $31.13
Lidocaine (Xylocaine) 4.7 $11.86 $55.35
Lipase 12.4 $3.92 548.78
Lipid Profile: Lip Pheno and Lipid 0.0 $11.67 $0.00
_ipids, Total 0.0 $4.80 $0.00
Lipoprotein Phenotypine Electroph. 1.6 $25.75 540.06
Liver Panel 0.0 $2.85 $0.00
_ou Density Lipoprotein LDL 0.0 $6.79 $0.00
Luteinizing Hormone (LH) 0.0 $17.74 $0.00
_yme Disease Antibody 45.1 $21.18 $955.45
_yme titer csf 6.2 $19.61 $122.02
_ysozyme (Muramidase) Serum 10.9 $10.98 $119.56
ianganese Serum 3.1 $10.20 $31.73
!elanin, Qual. 0.0 $3.73 $0.00
!eprobasate (Equanil) quant. 0.0 $13.73 $0.00
ietanephrines, Quant. 42.0 $13.54 $568.68
!ethadone (Dolophine) Quant. 0.0 $12.16 $0.00
!ethealbumin S.O. to SmithKline 0.0 $40.25 $0.00
!ethemoglobin 4.7 $6.67 $31.13
!ethotrexate 0.0 $12.16 $0.00
!ethylmercury S.O. to NMS 0.0 $0.00
!icroglobulin Beta 2 149.3 $13.73 $2,050.35
!ultiple Sclerosis Panel 6.2 $38.15 $237.38
lumps Antibodies IgG 1.6 $13.54 $21.06
iycoplasma Pneumoniae 6.2 $11.87 $73.86
lyoglobin Serum/Plasma: Ua at Plasma 38.9 $12.55 $488.06
!yoglobin Urine (Ua at plasma 4.7 $12.55 $58.57
laprotiline (LUdomil) 0.0 $0.00
liacin S.O. 9532 0.0 $18.00 $0.00
Ion-Specific Inhibitor Panel - Test is not speci 0.0 $0.00
iortriptyline (Aventyl) 31.1 $11.36 $353.42
)ligoclonal Banding 7.8 $19.91 $154.86
'oiate Quant. Urine 0.0 $4.61 $0.00
.smolality Serum & Ua 32.7 85.49 $179.34
xalates 15.6 $10.40 $161.78
henylalanine 3.1 $20.99 $65.30
henobarbital 0.0 $15.05 $0.00
henothiazines, Qual. 0.0 $20.99 $0.00
henytoin (Dilantin) 0.0 $12.05 $0.00
ituitary Gonadotropins Serum (FSH & LH)** 238.0 827.94 $6,649.72
orphobilinogen (PBG) Quant. 6.2 $6.67 541.50
orphyrins (Uro- and 6.2 $14.02 $87.24
regnanetriol 0.0 $18.43 $0.00
rimidone (Mysoline) 38.9 $14.81 $575.94
rocainamide 23.3 815.69 $366.10
rogesterone Serum 24.9 $17.35 S431.82
Page 6
Prolactin** 152.4 $15.77 $2,404.05
Prophanotol 0.0 58.24 SO.00
Prostate-Specific Antigen** 205.3 $10.59 $2,174.48
Protein Electrol Ua 26.4 $11.86 $313.63
Protein Electrophoresis Serum 87.1 $6.61 $575.80
Protein Electrophoresis Spinal Fluid 1.6 $10.98 $17.08
PTH C-Term 20.2 $38.14 5771.28
Pyruvate-Kinase S.O. to Mayo 0.0 $34.90 50.00
P-24 Antigen 0.0 $35.00 $0.00
Quinidine 74.7 $13.14 $981.12
RA Titer 62.2 $3.63 $225.87
RAST Antibodies per test** 460.4 $7.42 $3,416.50
Renin Activity 17.1 $19.03 $325.62
Rotavirus Antigen Detection 18.7 $12.75 $238.00
Rubeola Antibodies 45.1 $13.33 5601.33
Rubeola IgM 6.2 $12.36 $76.91
Salicylates (Aspirin) 0.0 $5.49 $0.00
Serotonin 1.6 $46.58 $72.46
Sjogren's Antibodies 1.6 $20.30 $31.58
Stelazine 0.0 $6.48 $0.00
Stone Analysis 26.4 $8.93 $236.15
Strychnine 0.0 $9.41 $0.00
Sulfa Level S.OI to NMS 0.0 $21.50 $0.00
Sutfamethoxazote S.O. 0.0 $52.00 $0.00
T '& 8 Cells 0.0 $116.60 $0.00
T3 RIA/Free 26.4 $25.49 $674.07
Teichoic Acid Antibodies 0.0 $13.73 $0.00
Testosterone F&T 4.7 $33.43 $156.01
Testosterone Serum 37.3 $21.96 $819.84
Theophylline,quant. 0.0 $12.46 $0.00
Thiocyanate Urine & Serum 1.6 $9.61 $14.95
Thioridazine (Mellaril) 0.0 $13.14 $0.00
Thryroglobulin, Quant. 1.6 $18.24 $28.37
Thyroid Stimulating Hormone 0.0 $16.08 $0.00
Thyroid Stimulating Immunoglobulin 0.0 522.45 $0.00
Tobramycin 0.0 514.81 $0.00
TORCH Profile 1.6 $87.50 $136.11
Toxicology Confirmation (CCAS) 93.3 $53.00 54,946.67
Toxicology Drug Screen with THC 1311.3 $8.48 $11,120.11
Toxicology Expanded Drug Abuse Screen 3.1 $21.91 $68.16
Toxicology Gastric Drug Screen II 0.0 $21.18 $0.00
oxicology Screen Urine Ped. 3.1 50.00
ioxoptasma Antibody IgG** 219.3 $12.06 $2,645.16
Toxoplasma Antibody IgM 24.9 $11.86 $295.18
transferrin (Siderophitin) 7.8 $11.18 $86.96
trazodone (Desyril) 23.3 $53.80 $1,255.33
'ricyclic Screen 6.2 $12.16 $75.66
Trifluoperazine 1.6 $6.48 $10.08
riglycerides 0.0 $3.23 $0.00
ubular Reabsorption Phosphatase S.O. to 9 0.0 $37.00 $0.00
-Cell 633.1 $47.70 $30,199.40
!ric Acid Serum 0.0 $3.18 $0.00
Page 7
Uric Acid Urine 31.1 $3.18 598.93
Valium & Derivatives quant. 0.0 $13.14 S0.00
Valproic Acid 0.0 $12.75 50.00
Vancomycin (Vancocin)** 126.0 $14.81 $1,866.06
Vanillylmandelic Acid 38.9 S12.46 S484.56
Varicella zoster Antibodies, IgG 12.4 510.98 S136.64
Vasoactive Intestinal 0.0 $30.59 50.00
Viral Isol. CMV 6.2 50.00
Viral Isol. cult. 6.2 $0.00
Vitamin A (Retinol) 1.6 57.45 S11.59
Vitamin B1 Assessment 1.6 $12.55 S19.52
Vitamin 812** 267.6 $12.65 $3,384.58
Vitamin C (Ascorbic Acid) 0.0 58.63 $0.00
Vitamin D, 25- Hydroxy 6.2 $41.18 $256.23
Vitamin E 1.6 $12.25 519.06
Von Willie Brand Co-Factor 0.0 $152.64 $0.00
Von Willie Brand Panel 0.0 $0.00
Xylose Tolerance 3.1 S10.40 $32.36
Zinc 7.8 810.98 S85.40
Carboxyhemoglobin 9.3 56.67 562.25
13580.0 199783.9
* - denotes high volume test with 5% discount (discount not reflected in extension)
i
ATTACHMENT B
HIGH-VOLUME - 5% OFF LIST PRICE
LIST WITH S%
PRICE ;. :DISCOUNT
1. Alpha - Fetoprotein (Fetoglobulin) $16.47 $15.65
2. Anti-nuclear antibodies 8.65 8.21
3. Amnioembryonic antigen CEA 15.35 14.58
4. Cryptococcus antigen - Latex 10.20 9.69
5. CSF co-agglutination (Phadebact) Bacterial antigen 30.50 28.98
6. Ferritin 13.33 12.66
7. Folate and B12 19.42 18.44
8. Glyco-Hgb 7.29 6.93
9. Hgb Electrophoresis (special) 10.89 10.34
10. Pituitary Gonadotrophin serums (FSH and LH) 27.94 26.54
11. Prolactin 15.77 14.98
12. Prostate-specific antigen 10.59 10.06
13. RAST Antibodies per test 7.42 7.04
14. Toxoplasma antibody IgG - 12.06 11.46
15. Vancomycin (Vancocine) 14.81 14.07
16. Vitamin B12 12.65 12.02
Attachment B2
ME," IM.., R=,ENM LABORATORY COMMACT
High Volume-5% off list price
List with
Discount
1. Alpha Fetoprotein (Fetoglobulin) . . . . . . . 16.47 . . . . . . . . . . 15.65
2. Anti-nuclear antibodies . . . . . . . . . . . . . 8.65 . . . . . . . . . . . 8.21
3. Amnioembryonic antigen CEA . . . . . . . . 15.35 . . . . . . . . . . 14.58
4. Cryptococcus antigen . . . . . . . . . . . . 10.20 . . . . . . . . . . . 9.69
5. Folate and B12 . . . . . . . . . . . . 19.42 . . . . . . . . . . 18.44
6. Hgb Electrophoresis (special) . . . . . . . . . 10.89 . . . . . . . . . .. 10:34
7. Pituitary Gonadotrophin serums (FSH and LH)27.94 . . . . . . . . 26.54
8. Prolactin 15.77 . . . . . . . . . . 14.98
9. Prostate-specific antigen . . . . . . . . . . . . 10.59 . . . . . . . . . . 10.06
10. RAST Antibodies per test . . . . . . . . . . . . 7.42 . . . . . . . . . . . 7:04
11. Toxoplasma antibody IgG . . . . . . . . . . . 12.06 . . . . . . . . . .. 11.46
12. Vancomycin (Vancocin) . . . . . . . . . . . 14.81 . . . . . . . . . . 14.07
13. Protein CNS . . . . . . . . . . . . ?? . . . . . . . . . . . . 77.07
14. Anticardiolipin Ab . . . . . . . . . . . . 36.66 . . . . . . . . . . 34.83
15. Viral Culture . . . . . . . . . . . . 44.07 . . . . . . . . . . 41.87
16. Glyco-HgB . . . . . . . . . . . . . 7.29 . . . . . . . . . . . 6.93
revised October 13, 1993
ATTACHMENT C
UNILAB STAT LIST
The following tests are available STAT:
Alcohol, ethyl, blood Prothrombin time
Ammonia, plasma PTT
Amylase, Serum Rinolarity
Beta Strep rapid screen RSV direct smear
Bilirubin, T&D, serum Rubella 1 gm, 1 gg
Blood culture, DRAW ONLY Rubeola nasal smear
BUN, serum Rubeola 1 gm, 1gg
Calcium, serum Sodium, serum
Carbon dioxide, serum Tricyclic serum
Carboxyl hemoglobin Urinalysis
CBC or components URINE DRUG ABUSE SCREEN
Cell count/diff, body fluids Vancomycin
Chloride, serum Varicella zoster immunity
CK isoenzymes, serum ONLY IF TOTAL
>100 mu/ml
Coombs, direct
Creatinine, serum
CSF Protein
Drug levels, coma panel & TDMs*
Enzymes (CPK, LDH, SGOT, SGPT)
Fibrinogen
Glucose, serum/plasma
Gram strain, CSF
HOG, quant, serum
Iron
Ketones, serum/urine
Magnesium, serum
Methemoglobin
Mono screen, serum
Osmolality, serum/urine
PG/FSI
Platelet Count
Potassium, serum
Pregnancy, serum/urine; quantitative HC1
* Acetaminophen, amikacin, carbamazepine, digoxin, disopyramide, ethosuximide,
gentamicin, lidocaine, lithium, methotrexate, phenobarbital, phenytoin, primidone,
procainamide/NAPA, quinidine, salicylates, theophylline, tobramycin, tricylcics (total,
valproic acid, vancomycin.