Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2005-198Temp. Reso #10807 September 12, 2005 Revision #1 — September 19, 2005 Revision #2 — September 29, 2005 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2005--L9A A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA; AWARDING THE REQUEST FOR PROPOSAL #05-17R TO L. SCOTT ULIN EMERGENCY MEDICAL SERVICES INCORPORATED FOR MEDICAL DIRECTION AND SUPERVISION OF THE TAMARAC FIRE RESCUE MEDICAL SERVICES, FOR A THREE YEAR TERM AT A COST OF FORTY THOUSAND DOLLARS EACH YEAR, FOR A TOTAL COST OF ONE HUNDRED TWENTY THOUSAND DOLLARS, WITH THE RIGHT TO RENEW FOR TWO(2), TWO(2) YEAR TERMS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City provides Advanced Life Support (ALS) emergency medical services including transportation; and WHEREAS, Florida Administrative Code 64E-2 requires agencies providing ALS services to have a medical director; and WHEREAS, the City published Request for Proposal (RFP) #05-17R for medical direction and supervision of the Tamarac Fire Rescue emergency medical services (Exhibit 1); and WHEREAS, the City received responses from: Randall L. Wolff, M.D., Louis Scott Ulin, M.D. F.A.C.E.P. with Joe Allan Nelson, D.O., F.A.C.O.E.P., F.A.C.E.P. of L. Scott Ulin Emergency Medical Services Incorporated, and Antonio Gandia, M.D. Temp. Reso #10807 September 12, 2005 Revision #1 — September 19, 2005 Revision #2 — September 29, 2005 Page 2 WHEREAS, the proposals were reviewed and ranked by the Evaluation Committee consisting of a Risk and Safety Manager, a Tamarac Fire Rescue Lieutenant, a Tamarac Fire Rescue Division Chief and a Management Intern; said rankings are hereby attached as Exhibit 2; and WHEREAS, the Evaluation Committee determined that the proposal submitted by L. Scott Ulin Emergency Medical Services Incorporated, hereto attached as Exhibit 3, was best able to meet the needs of the City; and WHEREAS, the City has negotiated an agreement with L. Scott Ulin Emergency Medical Services Incorporated, for a three-year period at a cost of forty thousand dollars ($40,000) for each year, for a total cost of one hundred twenty thousand dollars ($120,000); and WHEREAS, Tamarac has the option of renewing the contract agreement up to two times for two years each; and WHEREAS, available funds exist in the Fire Rescue Fund for said purpose; and WHEREAS, it is the recommendation of the Fire Chief and the Purchasing/ Contracts Manager that this request for proposal be awarded to L. Scoff Ulin Emergency Medical Services Incorporated; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the City of Tamarac to award the request for proposal to L. Scott Ulin Emergency Medical Services Incorporated for the medical direction and supervision of the Tamarac Fire Rescue emergency medical services at a cost of forty thousand dollars Temp. Reso #10807 September 12, 2005 Revision #1 — September 19, 2005 Revision #2 — September 29, 2005 Page 3 ($40,000) for fiscal year 2006, forty thousand dollars ($40,000) for fiscal year 2007, and forty thousand dollars ($40,000) for fiscal year 2008, for a total of one hundred twenty thousand dollars ($120,000) for the term of the three year Agreement. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing WHEREAS clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: L. Scott Ulin Emergency Medical Services Incorporated is awarded the request for proposal for the medical direction and supervision of the Tamarac Fire Rescue emergency medical services at a cost of forty thousand dollars ($40,000) for fiscal year 2006, forty thousand dollars ($40,000) for fiscal year 2007, and forty thousand dollars ($40,000) for fiscal year 2008, for a total of one hundred twenty thousand dollars ($120,000) for the term of the three year agreement, with the option to renew for two additional, two-year terms. SECTION 3: The City Manager or his designee is hereby authorized to execute the Agreement between the City of Tamarac and L. Scott Ulin Emergency Medical Services Incorporated for medical direction services (attached hereto as Exhibit 4). SECTION 4: That all Resolutions or parts of Resolutions in conflict herewith are Ihereby repealed to the extent of such conflict, Temp. Reso #10807 September 12, 2005 Revision #1 — September 19, 2005 Revision #2 — September 29, 2005 Page 4 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not effect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this t t 1 �' day of Oc f abc ( , 2005. "Z� �-R� 6/JOE SCHREIBER MAYOR ATTEST: RECORD OF COMMISSION VOTE: MARION SWENSON, CMC MAYOR SCHREIBER A-\Ie- CITY CLERK DIST 1: COMM. PORTNER A\1 C, DIST 2: V/M TALABISCO 1-"K I (� DIST 3: COMM. SULTANOF &Jc DIST 4: COMM. ROBERTS I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SAMUE,L/S. 3BOq INTERIkItY A I City of Tamc) 1 TR 10807 EXHIBIT 1 R Purchasing and Contracts Division Date: July 29, 2005 "Committed to Excellence ... Always" REQUEST FOR PROPOSALS RFP 05-17R ALL QUALIFIED PROPOSERS: RFP NO. 05-17R Sealed Proposals, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 4:00 PIVI local time, August 17,2005 for: MEDICAL DIRECTOR FOR FIRE RESCUE The City is soliciting proposals on behalf of Tamarac Fire Rescue Department to obtain the services of a qualified physician for Medical Director. Sealed Proposals must be received and time stamped in the Purchasing Office, either by mail or hand delivery, on or before the date and time referenced above. Any Proposals received after 4:00 p.m. on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. Official time will be measured by the time stamp in the Purchasing Office. City reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Proposers, ortake any other such actions that may be deemed to be in the best interests of the City. Proposal documents may be obtained from the Purchasing Office or via the Internet at hftp://www,tamarac.or_q/Dgpt/fin/purch/solicitations.html. For inquiries, contact the Purchasing Office at (954) 724-2450. <Z_ James Nicotra, CPPB Senior Procurement Specialist Publish Sun -Sentinel: July 31 and August 7 th 2005 7525 NW 88th Avenue a Tamarac, Florida 33321-2401 n 1954) 724-2450 z Fax (954) 724-2408 a www.tamcircic.org Equal Opportunity Employer r City of Tamarac Purchasing & Contracts Division REQUEST FOR PROPOSALS RFP 05-17R MEDICAL DIRECTOR FOR FIRE RESCUE Definition: A Request for Proposal (RFP) is a method of procurement permitting discussions with responsible offerors and revisions to proposals prior to award of a contract. Proposals will be opened in private. Award will be based on the criteria set forth herein. 1. INTRODUCTION The City is soliciting proposals on behalf of the Tamarac Fire Rescue to obtain the services of a licensed physician pursuant to Chapter 458, Florida Statutes to serve as the Medical Director pursuant to Chapter 401, Florida Statutes, and Rule Chapter 64E-2, Florida, Administrative Code, to have authority over all clinical and patient care aspects of the Emergency Medical Services system for the City of Tamarac. INFORMATION For information pertaining to this Request for Proposals (RFP), contact Purchasing at (954) 724-2450 or Division Chief Thomas Sheridan at (954) 724-2436. Such contact shall be for clarification purposes only. Material changes, if any, to the scope of services or proposal procedures will be transmitted only by written addendum. It is preferred that all questions be submitted in writing, either via fax or email. Fax questions to (954) 724-2408 or email to pyrchasing(@.tamarac.o[g. Ill. SCHEDULE OF EVENTS The schedule of events related to this Request for Proposals shall be as follows: RFP Document issued Deadline for Receipt of Proposals Evaluation of Proposals Notification of Short-listed Proposers (if applicable) Presentations by Short-listed Proposers (if applicable) Final Ranking of Firms Anticipated Award by the Appropriate City Authority July 29, 2005 August 17, 2005 August 18 - 21, 2005 August 23, 2005 August 29, 2005 August 30, 2005 September 28, 2005 All dates are tentative. City reserves the right to change scheduled dates. 2 City of Tamarac Purchasing & Contracts Division IV. INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS RFP 05-17R I . GENERAL TERMS AND CONDITIONS These General Terms and Conditions apply to all offers made to the City of Tamarac by all prospective Proposers, including but not limited to, Requests for Quotes, Requests for Proposal and Requests for Bid. As such the words "bid", "proposal" and "offe ' r"are used interchangeably in reference to all offers submitted by prospective Proposers. The City of Tamarac reserves the right to reject any or all proposals, to waive any informalities or irregularities in any proposals received, to re -advertise for proposals, to enter into contract negotiations with the selected Proposer or take any other actions that may be deemed to be in the best interest of the City of Tamarac. 2. DEFINED TERMS Terms used in these Instructions to Offerors are defined as follows: 2.1 "Offeror" - one who submits a Proposal in response to a solicitation, as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. 2.2 "Proposer" — one who submits a Proposal in response to a solicitation. The terms "Offeror" and "Proposer" are used interchangeably and have the same meaning. 2.3 "Successful Offeror" - the qualified, responsible and responsive Offeror to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2.4 "City" - the City of Tamarac, a municipal corporation of the State of Florida. 2.5 "Proposal Documents" - the Request for Proposals, Instructions to Offerors, Offeror's Qualifications Statement, Non -Collusive Affidavit, Certified Resolution, Vendor Drug -Free Workplace, Offeror's Proposal, Proposal Security and Specifications, if any, and the proposed Contract Documents (including all Addenda issued prior to opening of Proposals). 2.6 "Contractor" - the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 3. SPECIAL CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Scope of Work outlined in this proposal, the Special Conditions and/or the Scope of Work shall prevail. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. Before submitting a Proposal, each Offeror must visit the site (if applicable to the project) to become familiar with the facilities and equipment that may in any manner affect cost or performance of the work; must consider federal, �y of Tamarac Purchasing & Contracts Division state and local laws, ordinances, rules and regulations that may in any manner affect cost or performance of the work, must carefully compare the Offerors observations made during site visits or in review of applicable laws with the Proposal Documents; and must promptly notify the Purchasing and Contracts Manager of all conflicts, errors and discrepancies, if any, in the Proposal Documents. 4.2. The Offeror, by and through the submission of a Proposal, agrees that Offeror shall be held responsible for having examined the facilities and equipment (if applicable); is familiar with the nature and extent of the work and any local conditions that may affect the work, and is familiar with the equipment, materials, parts and labor required to successfully perform the work. 5. OMISSION OF DETAILS / VARIANCES AND EXCEPTIONS 5.1 The apparent silence of the requirements as to any detail, or the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail, and that only material and workmanship of the finest quality is to be used. All interpretations of the specifications shall be made on the basis of this statement. Omission of any essential details from these specifications will not relieve the Proposer of supplying such services or product(s) as specified. 5.2 For the purpose of evaluation, the Offeror must indicate any variance or exceptions to the stated requirements, no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections will be interpreted to mean that the Offeror meets all the requirements in every respect. 6. INTERPRETATIONS AND ADDENDA If the Offeror is in doubt as to the meaning of any of the Proposal Documents, believes that the General Conditions, Special Conditions and/or Technical Specifications contain errors, contradictions or obvious omissions, or has any questions concerning the information contained in the RFP documents, the Offeror shall submit a written request to the Purchasing Office for interpretation or clarification. Such request must reference RFP name and number, and should be received by the Purchasing Office at least ten (10) calendar days prior to the Proposal opening date. Questions received less than ten (10) calendar days prior to the Proposal opening may not be answered. Interpretations or clarifications in response to such questions will be issued in the form of a written addendum transmitted via either fax or email to all parties recorded by the Purchasing Office as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 7. COSTS AND COMPENSATION 7.1. Costs and compensation shall be shown in both unit prices and extensions whenever applicable. In the event of discrepancies existing between unit prices and extensions or totals, the unit prices shall govern. 7.2. All costs and compensation shall remain firm and fixed for acceptance for 60 calendar days after the day of the Proposal opening. 4 City of Tamarac Purchasing & Contracts Division 7.3. The price proposal shall include all franchise fees, royalties, license fees, etc., as well as all costs for transportation or delivery as applicable within the scope of the solicitation. 8. NON -COLLUSIVE AFFIDAVIT Each Offeror shall complete the Non -Collusive Affidavit form and shall submit the form with their Proposal. City considers the failure of the Offeror to submit this document may be cause for rejection of the Proposal. 9. PUBLIC ENTITY CRIMES In accordance with Florida Statutes §.287.133 (2)(a): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or Contractor under a contract with any public, entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes §287.017 for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 10. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Offerors must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of City or any of its agencies. Further, all Offerors must disclose the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent (5%) or more in the Offeror's firm or any of its branches or affiliate companies. 11. PERFORMANCE BONDS AND INSURANCE Upon award of a contract, the Successful Offeror, as required within the scope of the solicitation, may be required to submit performance bonds and/or payment bonds, Offeror shall provide certificates of insurance in the manner, form and amount(s) specified. 12. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS The following is a summary of documents required to be submitted for this proposal. Failure to include a technical proposal, cost proposal, bid surety (if required below), or any other document that, by its omission, may prejudice the rights of other respondents, may result in immediate rejection of your proposal. Other forms or documents which, by their nature do not impact price or the Offeror's cost of doing business should accompany the Proposal; but must be provided within three (3) business days of the City's request to be considered responsive. 12.1 Technical Proposal & Work Plan 12.2 Cost Proposal (See "Proposal Form" herein) 12.3 Project schedule which includes a breakdown of estimated hours to be worked by each of your project team members of Tamarac Purchasing & Contracts Division. 12.4 Certification Forms 12.5 Certified Resolution Form (or firm's own Corporate Resolution) 12.6 Offeror's Qualifications Statement Form & References 12.7 Vendor Drug Free Workplace Form 12.8 Non -Collusive Affidavit Form 12.9 Proof of applicable insurance 13. SUBMISSION OF PROPOSALS 13.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror should be initialed. 13.2 Proposals must contain a manual signature of a corporate officer or designee with the proven authority to bind the firm in matters of this nature. The address and telephone number for any communications regarding the Proposal must be included. 13.3 Proposals shall contain an acknowledgment of receipt of all addenda. 13.4 Proposals by corporations must be executed in the corporation's legal name by the President or other corporate officer, accompanied by evidence of authority to sign. Evidence of authority shall be provided on the enclosed Certified Resolution form, or by the company's own Corporate Resolution. 13.5 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature. 13.6 Proposals shall be submitted to the Purchasing Office on or before the time indicated in the Request for Proposals. Proposals shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope should be clearly marked on the exterior with the applicable solicitation name and number. The envelope should state the name and address of the Offeror and should be include all documents as specified in the Request for Proposals. Purchasing and Contracts Division staff is not responsible for the premature opening of a Proposal that is not properly addressed and identified. 13.7 In accordance with Florida Statutes, Chapter §1 19-07(l)(a) and except as may be provided by other applicable state and federal law, the Request for Proposals and the responses thereto are in the public domain. However, Proposers are requested to specifically identify in the submitted Proposal any financial information considered confidential and/or proprietary which may be considered exempt under Florida Statute §1 19.07(t). 13.8 All Proposals received from Offerors in response to the Request for Proposals will become the property of City and will not be returned. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of City. 13.9 The Proposer preparing a submittal in response to this RFP shall bear all I City of Tamarac Purchasing & Contracts Division expenses associated with its preparation. The Proposer shall prepare a submittal with the understanding that no claim for reimbursement shall be submitted to the City for the expense of proposal preparation and/or presentation. 14. MODIFICATION AND WITHDRAWAL OF PROPOSALS 14.1 Proposals may be modified or withdrawn by a duly executed document signed by a corporate officer or other employee with designated signature authority. Evidence of such authority must accompany the request for withdrawal or modification. The request must be delivered to the Purchasing Office at any time prior to the deadline for submitting Proposals. Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a new Proposal prior to the Proposal opening date and time. No Proposal may be withdrawn or modified after the date of proposal opening has passed. 14.2 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with the Purchasing Office, and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of City, by clear and convincing evidence, that there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal, but the intended correct Proposal is not similarly evident, Offeror may withdraw its Proposal and any bid security will be returned. Thereafter, the Offerorwill be disqualified from further bidding on the subject Contract. 15. REJECTION OF PROPOSALS 15.1 To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 15.2 City reserves the right to reject the Proposal of any Offeror if City believes that it would not be in its best interest of to make an award to that Offeror, whether because the Proposal is not responsive, the Offeror is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of the solicitation. 16. QUALIFICATIONS OF PROPOSERS 16.1 Each Offeror shall complete the Offeror's Qualifications Statement and submit the form with the Proposal. Failure to submit the Offeror's Qualifications Statement and the documents required thereunder may constitute grounds for rejection of the Proposal, 16.2 As a part of the evaluation process, the City may conduct a background investigation including a criminal record check of Proposer's officers and/or employees, by the Broward County Sheriffs Office. Proposer's submission of 7 City of Tamarac Purchasing & Contracts Division a proposal constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Proposer's qualifications. 16.3 No proposal shall be accepted from, nor will any contract be awarded to, any person who is in arrears to City for any debt or contract, who is a defaulter, as surety or otherwise, of any obligation to City, or who is deemed irresponsible for unreliable by City. City will be the sole judge of said determination. 16.4 City reserves the right to make a pre -award inspection of the Offerors facilities and equipment prior to award of Contract. 16.5 Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 17. INSURANCE 17.1 Offeror agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Offeror, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. 17.2 Offeror shall obtain at Contractor's expense all necessary insurance in such form and amount as required by this proposal or by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Automobile Liability and all other insurance as required by the City, including Medical Malpractice (Errors and Omission Liability). The Contractor will ensure that all sub -Contractors comply with the above guidelines and will retain all necessary insurance in force throughout the terms of this agreement. 17.3 Offeror shall indemnify and save the City harmless from any damage resulting to it for failure of either Offeror or any Sub Offeror to obtain or maintain such insurance. 17.4 Medical Malpractice Liabilily $1,000,000/$2,000,000 Neither Proposer nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance. All insurance companies shall be rated at least A VII per Best's Key Rating Guide and be licensed to do business in Florida. Medical/Mal practice policies can be on Claims Made forms. City of Tamarac Purchasing & Contracts Division All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled. Materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. It is understood between the parties hereto that CONTRACTOR shall maintain malpractice insurance to adequately cover CONTRACTOR and its physician(s) or its associate(s) for the services to be performed under this Agreement and shall provide a certificate of insurance to CITY prior to the effective date of this Agreement. 17.5 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 17.6 Neither Offeror nor any Sub -Offeror shall commence work underthis contract until they have obtained all insurance required under this section and have supplied the City with evidence of such covera . ge in the form of an insurance certificate and endorsement. The Offeror will ensure that all Sub -Offerors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 17.7 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and shall be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. 17.8 The Offeror shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Offeror purchase a bond to cover the full amount of the deductible or self -insured retention. 17.9 If the Offeror is to provide professional services under this Agreement, the Offeror must provide the City with evidence of Medical Malpractice liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and $2,000,000 in the aggregate. "Claims -Made" forms are acceptable only for Med ical/Mal practice Professional Liability. 17.10 The Successful Offeror agrees to perform the work under the Contract as an independent contractor, and not as a subcontractor, agent or employee of the City. 17-11 The City will provide the medical malpractice liability insurance to adequately cover the CONTRACTOR for his duties as a Medical Director designated as pursuant to Section 401.265 Florida Statutes, when said Director is acting within the scope and furtherance of the duties of the medical director as outlined in section 401.265, Florida Statutes. The City will provide the medical malpractice insurance at the City's sole discretion as long as it is within the best interest of the City. City of Tamarac Purchasing & Contracts Division 18. INDEMNIFICATION 18.1 GENERAL INDEMNIFICATION: Successful Offeror shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and'against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or. injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Successful Offeror, or any sub -Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Successful Offeror in the performance of the Work; or c). liens, claims or actions made by the Successful Offeror or any sub -contractor under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be the responsibility of the Successful Offeror. 18.2 . Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 18.3 The Successful Offeror shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 18.4 City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Offeror under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 18.5 The Successful Offeror shall pay all claims, losses, lie ns, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 19. DELIVERIES Any item requiring delivery by the Offeror of by sub -contractors shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price, If delivery of an item is required, the City reserves the right to cancel the delivery order(s) or any part thereof, without obligation if delivery is not made at the time specified in the proposal. 10 of Tarnarec Purchasing & Contracts Division 20. WARRANTIES 20.1 Successful Offeror warrants to City that the consummation of the work provided for in the Contract documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Offeror is a party. 20.2 Successful Offeror warrants to City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 20.3 Successful Offeror warrants to City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 20.4 All warranties made by Successful Offeror together with service warranties and guarantees shall run to City and the successors and assigns of City. 21. CONDITIONS OF MATERIAL All materials and products supplied by the Offeror in conjunction with this proposal shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Offeror shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 22. COPYRIGHTS OR PATENT RIGHTS The Offerorwarrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 23. SAFETY STANDARDS The Proposer warrants that any product(s) supplied to the City shall conform with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards,. if applicable. 24. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. I I of Tamarac Purchasing & Contracts Division 25. NON -DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the successful Offeror shall not discriminate against any employee or applicant for employment because of race, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The successful Offeror will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation or disability. Such actions must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The successful Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The successful Offeror further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 26 TAXES Successful Offeror shall pay all applicable sales, consumer use and other similar taxes required by law. 27. PERMITS, FEES AND NOTICES Successful Offeror shall secure and pay for all permits and fees, licenses and charges necessary for the proper execution and completion of the work, if applicable. The costs of all permits, fees, licenses and charges shall be included in the Price Proposal except where expressly noted in the specifications. 28. PERFORMANCE Failure on the part of the Offeror to comply with the conditions, terms, specifications. and requirements of the bid shall be just cause for cancellation of the proposal award. The City may, by written notice to the Proposal, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 29. TERMINATION FOR CAUSE AND DEFAULT 29.1 Default by Successful Offeror: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 29.2 Failure on the part of the Offeror to comply with the conditions, terms, specifications and requirements of the RFP shall be just cause for the cancellation of the RFP award. The City may, by written notice to the Offeror, terminate the contract forfailure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of non-performance. 12 City of Tamarac 0. Purchasing & Contracts Division 30. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, City may without cause and without prejudice to any other right or remedy, terminate the agreement for City's convenience whenever City determines that such termination is in the best interests of City. Where the agreement is terminated for the convenience of City, the notice of termination to Successful Offeror must state that the Contract is being terminated for the convenience of City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Offeror shall promptly discontinue all work and, to the extent indicated on the notice of termination, shall terminate all outstanding subcontracts and purchase orders as they relate to the terminated portion of the Contract, shall refrain from placing further orders and/or contracting with subcontractors, and shall complete any continued portions of the work. 31. FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding, 32. AUDIT RIGHTS City reserves the right to audit the records of Successful Offeror, relating to this contract, at any time during the term of the Contract, and for a period of three (3) years after completion of contract. If required by City, Successful Offeror shall agree to submit to an audit by an independent Certified Public Accountant selected by City. Successful Offeror shall allow City to examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. 33. ASSIGNMENT 33.1 Successful Offeror shall not assign, transfer or subject the Contract or its rights, title, interests or obligations therein without City's prior written approval. 33.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and City may, at its discretion, cancel the Contract. All rights, title, interest and obligations of Successful Offeror shall thereupon cease and terminate. 34. EMPLOYEES Employees of the successful Contractor shall at all.times be under its sole direction and not an employee or agent of the City. The Contractor shall supply competent and physically capable employees. The City may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 13 of Tamarac & Contracts Division 35. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 36. GOVERNING LAW: The laws of the State of Florida shall govern this Agreement. Venue shall be Broward County, Florida. 14 of Tamarac 0 Purchasing & Contracts Division V. STATEMENT OF WORK A. SCOPE OF PROPOSAL The purpose of this Request for Proposals is to obtain the services of a licensed physician(s) pursuant to Chapter 458, Florida Statutes to serve as the Medical Director pursuant to Chapter 401, Florida Statutes, and Rule Chapter 64E-2, Florida, Administrative Code, to have authority over all clinical and patient care aspects of the Emergency Medical Services system for the City of Tamarac. The City is seeking a contract for an initial term of three (3) years, with two (2) additional two-year renewal terms based upon satisfactory performance and mutual agreement of both parties. The City of Tamarac provides Basic Life Support (BLS) and Advanced Life Support (ALS) services to the citizens and visitors of Tamarac. Annual transports are estimated to exceed 6,200 per year with an approximate total of 12,000 emergency responses per year. B. SERVICES TO BE PROVIDED The Medical Director shall perform duties including advising, consulting, training, counseling and overseeing services, which will include administrative and management functions. In order to optimize medical direction of Tamarac Fire -Rescue Emergency Medical Services, the physician(s) functioning as Medical Director will at a minimum: Serve as a patient advocate in the City of Tamarac EMS system. 2. Set and ensure compliance with patient care standards including communications standards and medical protocols. 3. Develop and implement protocols and standing orders under which the pre -hospital care provider functions. 4. Identify treatment modalities for the inclusion into medical treatment Protocols. Develop and implement an agenda for the provision of current medical direction. 5. Evaluate and provide feedback on new or existing EMS technologies for the inclusion into the system. 6. Ensure the appropriateness of initial qualifications of pre -hospital personnel involved in patient care. 7. Ensure that the qualifications of pre -hospital personnel involved in patient care are maintained on an ongoing basis through education, 15 i .City of Tamarac Purchasing & Contracts Division testing, accreditation and credentialing. In addition, periodic validation of skill proficiency of personnel and entry level medical training and credentialing of pre -hospital personnel based on local and recognized national standards. 8. Set or approve medical standards for promotion of individuals to higher levels of patient care responsibility. Alternatively, for all pre - hospital providers, maintain official authority to limit the medical activities of patient care providers for cause secondary to deviation from established clinical standards of practice or by not meeting training standards. 9. Develop and implement an effective quality improvement program for continuous system and patient care improvement. 10. Based on review of current pre -hospital and appropriate medical literature and trends, provide a monthly forum for evaluation of possible application and/or inclusion of current therapies. 11. Attend Medical Director/EMS subcommittee meetings and provide feedback. Maintain liaison with the medical community including, but not limited to hospitals, emergency departments, physicians, other pre -hospital providers/agencies and nurses. Attend the trauma CQI meetings and maintain regular contact with ED directors. Report to the EMS Division Chief the results of the meetings. 12. Interact on a continued basis with state, regional and local EMS authorities to ensure standards, needs and requirements are met and resource allocation is optimized. 13. Support the coordination of activities such as mutual aid, disaster planning and management, hazardous materials response, stroke and cardiac alerts. 14. Promulgate public education and information on the prevention of emergencies. 15. Maintain knowledge levels appropriate for an EMS Medical Director through continued education as required in 64E-2 F.A.C. 16. Provide for "off-line" coverage when unavailable. These arrangements will be made by the Medical Director and made known to Tamarac Fire -Rescue EMS staff officers 24 hours in advance. 17. Develop policies and protocols to keep Tamarac Fire -Rescue as a primary provider of out -of -hospital medical care. 16 C. MINIMUM REQUIREMENTS State of Florida license to practice medicine or osteopathy. 2. The Medical Director shall be from a broad -based medical specialty such as emergency medicine, internal medicine, anesthesiology, or other surgical specialty, with demonstrated experience in pre -hospital care. 3. The Medical Director shall possess proof of current registration with the U.S. Department of Justice, DEA, to provide controlled substances to an EMS provider either individually or through a hospital. 4. Familiarity with the design and operation of EMS systems. 5. Experience and/or training in the pre -hospital care of acutely ill or injured patients. 6. Experience or training in medical direction of pre -hospital emergency units. 7. Active participation in the ED management of the acutely ill or injured patient. 8. Experience or training in the instruction of pre -hospital personnel. 9. Experience or training in the EMS Quality Improvement process. 10. Working knowledge of EMS laws and regulations (both State of Florida and any applicable Federal laws and regulations). 11. Working knowledge of EMS dispatch and communications. 12. Working knowledge of local mass casualty and disaster plans. 13. Working knowledge of treatment of patients involving hazardous materials. Desirable Elements to include: Board Certification in Emergency Medicine (American Board of Emergency Medicine or American Board of Osteopathic Emergency Medicine). 2. Active clinical practice of emergency medicine. 17 of Tamarac P.urchasing & Contracts Division 3. Completion of an EMS fellowship or similar program. D. CONTRACTOR RESPONSIBILITIES The Medical Director has authority over all aspects of patient care. Supervise and accept direct responsibility for the medical performance of the paramedics and EMTs working for the City of Tamarac. 2. Recommends certification, recertification and decertification of pre - hospital personnel to the appropriate certifying agency. 3. Establish, implement, revise, and authorize system -wide protocols, policies, and procedures for all patient care activities from dispatch through triage, treatment, and transport. 4. Establish an on -going continuous quality improvement (CQ1) process to ensure compliance with protocol by selecting, on a monthly basis, specific review criteria for evaluation and submit a written report on those findings monthly. 5. Develop and implement a patient care quality improvement system to assess the medical performance of paramedics and EMTs. The Medical Director shall audit the performance of system personnel by use of quality assurance programs to include but not limited to a prompt review of run reports, direct observation and comparison of performance standards for drugs, equipment, system protocols and procedures. The Medical Director shall be responsible for participating in quality assurance programs developed by the department. The quality improvement program shall meet all standards required in Chapter 64E-2 FAC. 6. Assists Fire -Rescue administration in establishing the criteria for level of emergency response. (e.g. EMT, Paramedic, equipment, preventive care programs etc.). 7. Establishes criteria for determining patient destination and transportation needs. 8. Require education and testing to the level of proficiency approved for the following personnel within EMS system. a) EMTs, Paramedics b) Educational Coordinators 9. Participate in the implementation and supervision of an effective quality improvement program. The medical director shall have access to all relevant records needed to accomplish this task. 10. Remove a doctor, clinic, hospital or paramedic from medical care duties for due cause, using an appropriate review and appeals City of Tamarac I r, LO Purchasing & Contracts Division mechanism. The Medical Director has authority to limit the patient care activities of those who deviate from established standards or do not meet training standards. 11. Participate in setting/approving hiring standards for personnel involved in patient care and evaluation of probationary personnel prior to regular assignment. Meet and evaluate firefighter recruits quarterly during the probationary period and provide a final assessment of the individual prior to regular status. 12. Advise regarding standards for equipment used in patient care. 13. Participate regularly in scheduled local, regional, state and national level EMS conferences and meetings. 14. The Medical Director will attend quarterly meetings of the EMS supervisory staff as well as meeting on a monthly basis with the EMS staff officers. 15. The Medical Directorwill regularly attend State EMS Advisory Council meetings (minimum if two (2) per year) to provide for the interests of the Tamarac Fire -Rescue Department. 16. Compliance with all aspects of Rule 64E-2, FAC and other applicable laws and rules governing the provision of pre -hospital EMS in a fire - rescue based system. E. RESPONSIBILITIES OF THE CITY OF TAMARAC The Tamarac Fire -Rescue EMS system has an obligation to provide the Med , ical Director with the resources and authority commensurate with the responsibilities outlined above including: I . Compensation for the time required. 2. Necessary material and personnel resources. For example, clerical assistance will be made available for department -related memoranda, etc. 3. A written agreement that delineates the Medical Director's authority and responsibilities and the EMS systems obligations. F. DELIVERABLES I . Provide specific plan as outlined above. 2. Additional reports as required or requested by City, 19 City of Tamarac 0— Purchasing & Contracts Division G. PERFORMANCE SCHEDULE This Agreement shall be effective on October 1, 2005 and terminate on September 30, 2008, unless otherwise terminated pursuant to the terms of this Agreement. The Agreement may be renewed for (2) additional two (2) year periods at the City's option. However, notwithstanding the foregoing, either party shall have the right to terminate this agreement at any time upon giving thirty (30) calendar days written notice to the other party. Contract may be terminated if conditions are not fulfilled based upon annual review. VII. PROPOSAL SELECTION The City Manager will appoint an Evaluation and Selection Committee to review Proposals. The City reserves the right to select the Proposer who represents the best value, and to accept or reject any proposal submitted in response to this solicitation. The City's Evaluation and Selection Committee will act in what they consider to be the best interest of the City and its residents. Price shall not be the sole determining factor for selection, as indicated in the following section Vill. EVALUATION OF PROPOSALS A. EVALUATION METHOD AND CRITERIA A Selection/Negotiation Committee has been appointed by the City Manager and will be responsible for selecting the most qualified firm and then negotiating a contract. The Proposers with the highest -ranked submittals may be asked to make a detailed presentation of their product/service to the Evaluation and Selection Committee. All Proposers are advised that in the event of receipt of an adequate number of Proposals which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such Proposals may be evaluated without discussion. Hence, proposals should be initially submitted on the most complete and favorable terms which Proposers are capable of offering to the City. After presentations, firms will be assigned a final score, with the highest -ranked firm moving forward to the negotiation phase. Upon successful negotiation, a recommendation for award will be considered by the City Commission. No work on this project shall proceed without written authorization from the City of Tamarac. The City reserves the right to enter into contract negotiations with the selected Proposer. If the City and the selected Proposer cannot negotiate a successful contract, the City may terminate such negotiations and begin negotiations with the next selected Proposer. No Proposer shall have any rights against the City arising from such negotiations. The City's evaluation criteria may include, but shall not be limited to, the following: ...... . . . . ........ ... .... ...... .... 20 .of Tamarac Purchasing & Contracts Division 1. Comliance with Reciuest for Proposals [Mandatory]. This refers to the adherence to all conditions and requirements of the Request for Proposals. The following criteria, not necessarily listed in order of importance will be used to evaluate submittals. These criteria are general in nature and may be used to develop a more detailed evaluation work sheet. 2. Mandatory Elements: a. The proposer is licensed by the State of Florida to practice medicine or osteopathy. b. The proposer has no conflict of interest with regard to any other work performed by the proposer in the City of Tamarac. C. The. proposer adheres to the instructions in this request for proposals on preparing and submitting the proposal. 3. Responsiveness to request for basic elements: a. Quality of Response: (up to 5 points) (I.) Attention to detail and presentation of proposal. b. Services to be provided (up to 50 points) (1.) Specific experience on similar projects (especially those . completed in the State of Florida. (2.) General Experience (3.) Experience of the physician with previous government projects. (Project should be clearly identified and described). (4.) Recent, current and projected workloads of the physician. 4. Qualifications of the Prooser/Expertise: (up to 20 points) a. Evaluation of the staff background proposed to handle the city account. b. Evaluation of the proposer's organization, support and experience in similar projects. C. Does the expertise meet project requirements? d. Specific experience on similar projects. e. Specific experience on Government projects, f. Number of qualified personnel available for the project. g. Dependence on outside Contractors to accomplish the project. h. Availability of in-house expertise for other disciplines. i. Location of the physician and staff who will be accessible to the City during the project. 5. Project Understanding: (up to 15 points) a. Availability date to begin project. b. Evaluation of the proposer's projected approach and plans to meet the requirements of the RFP. 21 Ciiy of Tamarac Purchasing & Contracts Division C. Schedule. 6. References & Fee Schedule: (up to 10 points) a. The proposer's past performance.on projects on similar Scope and size including- ferences. b. Evaluation of the Medical Directors financial proposal. 0 Please include a detailed fee schedule that you propose for the basic services requested and any fees for additional services that you may propose. 7. Recommended requirements: (up to 5 points) a. Board Certified in Emergency medicine. b. Active clinical practice of emergency medicine. C. Completion of an EMS fellowship or similar program. B. ACCEPTABLITY OF PROPOSALS The Offer shall be evaluated solely in accordance with the criteria set forth herein, The proposals shall be categorized as follows: Acceptable; 2. Potentially Acceptable; that is reasonably susceptible of being made acceptable; or 3. Unacceptable. C. AWARD OF AGREEMENT Award shall be made by the City to the responsible offeror whose proposal is determined to be the most advantageous to the City, taking into consideration price and the evaluation criteria set forth herein below. The City of Tamarac reserves the right to accept the Proposal as a whole, or for any component thereof if it appears to be in the best interest of the City. D. WEIGHTED CRITERIA Points will be assigned to each proposal based on the following weighted criteria: CRITERIA MAXIMUM POINTS I . Compliance with Request for Proposal (Mandatory) N/A 2. Quality of Response 5 points. 3. Services to be Provided 50 points 4. Qualifications of the Proposer/Expertise 20 points of Tamarac Purchasing & Contracts Division 5. Project Understanding 6. Reference and Fee Schedule 7. Recommended Requirements 15 points 10 points 5 points These weighted criteria are provided to assist Proposers in the allocation of their time and efforts during the proposal preparation process. The criteria also guide the Evaluation Committee during the short -listing and final ranking of proposers by establishing a general framework for those deliberations. Once the Proposals are evaluated, a "short-list" may be selected to make presentations to the Evaluation and Selection Committee, prior to a recommendation for award. E. DISCUSSIONS & PRESENTATIONS The short-listed Proposers may be requested to make presentations to the Committee. The City may require additional information after evaluation of the submittals, and Proposers agree to furnish such information upon the City's request. All Proposers are advised that in the event of receipt of an adequate number of proposals, which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such proposals may be evaluated without discussion or need for presentations. Hence, proposals should be initially submitted on the most complete and favorable terms which offerors are capable of offering to the City. The Evaluation Committee may conduct discussions with any Proposer who submits an acceptable or potentially acceptable proposal. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, The Evaluation Committee reserves the right to request the Proposer to provide additional information during this process. F. RIGHT TO REJECT PROPOSALS To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work, and to disregard all nonconforming, non- responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions, unauthorized alterations, or irregularities of any kind. City reserves the right to reject any Proposal if City believes that it would not be in its best interest to make an award to a particular Proposer, either because the Proposal is not responsive, the Proposer is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of this solicitation. 23 of Tamarac Purchasing & Contracts Division IX. PROPOSAL COPIES Return one (1) original and five (5) copies in an envelope marked with your firm's name and "RFP 05-17R. Medical Director for Fire Rescue" to the City of Tamarac, Purchasing & Contracts Division, 7525 NW 88"' Avenue, Room 108, Tamarac, Florida 33321. Any addenda become part of this Request of Proposal and the resulting agreement. The Proposal Form included herein should be signed by an authorized company representative, dated and returned with the Proposal. No negotiations, decisions or actions shall be initiated or executed by the Proposer as a result of any discussions with any City employee. Only those communications that are issued in writing from the Purchasing & Contracts Division may be considered as a duly authorized expression. Also, only communications from Proposers that are signed in and in writing will be recognized by the City as duly authorized expressions on behalf of the Proposer. CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE PURCHASING AND CONTRACTS MANAGER OR DESIGNATED REPRESENTATIVE REGARDING THEIR REQUEST FOR PROPOSALS MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. . . ...... .. .................... . ... . ...... . .. . 24 city of Tarnarec--- Purchasing & Contracts Division PROPOSALFORM RFP 05-17R MEDICAL DIRECTOR FOR FIRE RESCUE Not to Exceed Cost of: Expenses SUBMITTED BY: Company Name: Address: City: Telephone: Email: PROPOSAL PRICE SIM State: Zip: NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being - submitted at this time. I City of Tamarac Purchasing & Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item (s)/service(s) described in the Invitation to Bid. We (1) certify that we(l) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL El If "Other', Explain: Authorized Signature Typed/Printed Name Telephone Fax PARTNERSHIP F1 CORPORATION 0 OTHER El Company Name Address City, State, ZIP Federal Tax ID Number Email address for above signer (if any) Contractor's License Number 26 CERTIFIED RESOLUTION (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of do hereby certify that the following Resolution was unanimously adopted and passed by a quo�m of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such inStrUMents signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that thelollowing are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this _ day of _ .20 (SEAL) NOTE: 0 Secretary Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. PrA OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7625 NW 88 th Avenue Tamarac, Florida 33321 Submitted By: Name: Address: City, State, Zip Telephone No. Fax No. Check One F� Corporation F-1 Partnership El Individual F� Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: The address of the principal place of business is: 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) Treasurers name: g) Name and address of Resident Agent: 28 3. If Offeror is an individual or a partnership, answer the following: h) Date of organization: i) Name, address and ownership units of all partners: j) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you personally inspected the site of the proposed work? [I YES El NO 9. Do you have a complete set of documents, including drawings and addenda? El YES 7 NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? El YES F-1 NO 29 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address T!�lep o c� 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the Offeror: 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: SE 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Tele e 20.Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: b) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): c) Net Fixed Assets d) Other Assets e) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). f) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21 State the name of the firm preparing the financial statement and date,thereof: 22. Is this financial statement for the identical organization named on page one? 0 YES D NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 31 The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of County of On this the day of , 20—, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Narne(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that helshe/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) • Personally known to me, or • Produced identification: (Type of Identification Produced) • DID take an oath, or • DID NOT take an oath 32 of Tamarac Purchasing & Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 24. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition, 25. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 26. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 27. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 28. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 29. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements, Authorized Signature Company Name 33 City of Tamarac Purchasing & Contracts Division NON -COLLUSIVE AFFIDAVIT State of )ss. County of being first duly sworn, deposes and says that: 30. He/she is the (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; 31. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 32. Such Proposal is genuine and is not a collusive or sham Proposal; 33. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 34. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the pr esence of: By Witness Witness Printed Name Title 34 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of _ On this the day of 1 20—, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) El Personally known to me, or 0 Produced identification: (Type of Identification Produced) 0 DID take an oath, or 0 DID NOT take an oath 35 SAMPLE AGREEMENT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this day of 20 ' by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and _, a corporation with principal offices located at (the "Contractor") to provide for Medical Director Services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents shall consist of this Agreement, Request for Proposal Document No. 05-17R, including all conditions therein, (including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda, Proposal executed and submitted by t he Contractor, specifications, bond(s), (if applicable), and insurance certificate(s), the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between the RFP 05-1 7R as issued by the City, and the Contractor's Proposal, RFP 05-17R as issued by the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other contract documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to perform according to the scope of work as outlined in RFP 05-17R. 2.1.2 Contractor shall 2.1.3 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 36 City of Tamarac & Contracts Division 2.1.4 Contractor shall provide the City with seventy-two (72) hours written notice priorto the beginning of work underthis Agreement and priorto any schedule change with the exception of changes caused by inclement weather. 2.1.5 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or su b-Contractors, if any, with respect to the work and services described herein. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Automobile Liability and all other insurance as required by the City, including Medical Malpractice (Errors and Omission Liability). The Contractor will ensure that all sub- contractors comply with the above guidelines and will retain all necessary insurance in force throughout the terms of this Agreement. 3.2. The City will provide medical malpractice liability insurance to adequately cover the Contractor for duties as Medical Director designated as pursuant to Section 401.265, Florida Statutes, when said Director is acting within the scope and furtherance of the duties of the medical director as outlined in Section 401.265, Florida Statutes. The City will provide the medical malpractice insurance at the City's sole discretion as long as it is within the best interest of the City. 3.3. Contractor shall indemnify and save the City harmless for any damages resulting to it for failure of either Contractor or any Sub -contractor to obtain or maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Schedule The work to be performed under this Agreement shall be commenced after City execution of this Agreement. The work shall be completed no later than 2005. 5) Contract Sum The Contract Sum for the above work is Dollars and cents (_). 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City 37 City of Tamarac Purchasing & Contracts Division shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Indemnification 7.1. GENERAL INDEMNIFICATION: Contractor shall, in addition to any other obligation to inde ' mnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, it's agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), damages costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractor, any sub -Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the Work; or c). liens, claims or actions made by the Contractor or any sub -Contractor under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any and all costs of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be the responsility of the Contractor. 7.2. Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 7.3. The Contractor shall pay all claims, losses, liens, settlements orjudgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 7.4. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive Citys rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8) Non -Discrim I nation During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or 38 of Tamarac & Contracts Division disability, if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability. Such actions must include, but not be limited to the following: employment, upgrading; demotion or transfer; recruitment or, recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that sub -Contractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 10) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR 39 of Tamarac Purchasing & Contracts Division 12) Termination 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. 12.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 13) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 14) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 15) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 16) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 17) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. 40 of Tamarac & Contracts Division This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 18) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 41 of Tamarac & Contracts Oivision IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its , duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy. CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date: Approved as to form and legal sufficiency: City Attorney Company Name Signature of President/Owner Type/Print Name of President/Owner (CORPORATE SEAL) Date 42 of Tamarac Purchasing & Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared , of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this. day of 12005. Signature of Notary Public State of at Large Print, Type or Stamp Name of Notary Public 0 Personally known to me or Ej Produced Identification Type of I.D. Produced F-1 DID take an oath, or El DID NOT take an oath. 43 TR 10807 EXHIBIT.J." 8/30/2005 MEDICAL DIRECTOR FOR FIRE RESCUE RFP05-17R Committee Evaluation Totals AFTER PROPOSALS AND PRESENTATIONS Proposer's Name; I DR. GANDIA1 DR. ULIN DR. WOLFF QUALITY OF RESPONSE/SERVICES (5 POINTS) DIVISION FIRE CHIEF 3 4 3 MANAGEMENT & BUDGET ANALYST 3 4 4 FIRE RESCUE LIEUTENANT 5 5 5 RISK MANAGER 3 5 5 EXPERIENCE & WORKLOA5 (50 POINTS) DIVISION FIRE CHIEF 40 45 38 MANAGEMENT & BUDGET ANALYST 40 41 39 FIRE RESCUE LIEUTENANT 45 60 40 RISK MANAGER 40 47 40 QUALIFICATIONS & EXPERTISE (20 POINTS) DIVISION FIRE CHIEF 17 19 16 MANAGEMENT & BUDGET ANALYST 20 20 20 FIRE RESCUE LIEUTENANT 12 20 15 RISK MANAGER 15 20 10 PROJECT UNDERSTANDING (15 POINTS) DIVISION FIRE CHIEF 13 15 11 MANAGEMENT & BUDGET ANALYST 15 15 15 FIRE RESCUE LIEUTENANT 15 15 1 5 RISK MANAGER 10 15 10 REFERENCES & FEE PROPOSAL (10 POINTS) DIVISION FIRE CHIEF 6 8 7 MANAGEMENT & BUDGET ANALYST 8 9 10 FIRE RESCUE LIEUTENANT 6.7 7.5 10 RISK MANAGER 6.7 7.5 10 RECOMMENDED REQUIREMENTS (5 POINTS) DIVISION FIRE CHIEF 4 5 5 MANAGEMENT & BUDGET ANALYST 5 5 5 FIRE RESCUE LIEUTENANT 2 5 5 RISK MANAGER 3 5 5 TOTAL POINTS DIVISION FIRE CHIEF 83 96 80 MANAGEMENT & BUDGET ANALYST 91 94 93 FIRE RESCUE LIEUTENANT 85.7 102.5 90 RISK MANAGER 77.7 99.5 80 TOTAL POINTS 337.4 392 343 FINAL RANKING DIVISION FIRE CHIEF 2 1 3 MANAGEMENT & BUDGET ANALYST 3 1 2 FIRE RESCUE LIEUTENANT 3 1 2 RISK MANAGER 3- 1 2 RANK 3 1 2 Udrive/2005 Bids/ 05-1 7R/Copy of 05-17R Evaluation Total Worksheet 082905.xis TR 10807 EXHIBIT 3 .r' REQUEST FOR PROPOSAL RFP 05-17R MEDICAL DIRECTOR FOR.FIRE RESCUE Prepared by L. Scott Win, MD, FACEP a Joe Nelson., DO,,, FOCEP August 17, 2005 L SCOT' tJLIN EMERGENCY MEDICAL SERVICES INC. 1437 NW 9M STREET DANIA BEACH FL 33004 Cellular (954)-214-6507 Fax (954)-925-3860 August 17, 2005 James Nicotra, CPPB Senior Procurement Specialist Purchasing and Contracts Division Tamarac, Fl. 33321 Dear Mr. Nicotra: 1n response to RFP NO 05-17 for Medical Director For Fire Rescue, I am pleased to provide the City of Tamarac my proposal in meeting the terms, conditions and specifications of your RFP.. Sincerely L, Scott Ulin, M.D. 2 TABLE OF CONTENTS SECTION A: Letter of Interest ................................................ Page 2 SECTION B: Cover Letter ....................................................... Page 4 SECTION C: Statement of Work/Technical Proposal ......................... Page 5 1. Services To Be Provide ...................................................... Page6-9 2. Minimum Requirements/Desirable Elements ........................... Page 10-11 3. Contractor Responsibilities ................................................ Page 12-14 SECTIOND: Cost Proposal ........................................................... Page 15 SECTION E: Projrct Schedule .................................................... Page 16 SECTIONF: Insurance ............................................................ Page 17 SECTION G: Corporate/Medical License/Certification ................................................................ Page 18 SECTIOIN H: Certification Forms ............................................. Page 19 1. Certification To Bid 2. Certified Resolution Form 3. Offeror's Qualifications Statement Form and References 4. Vendor Drug Free Workplace Form 5. Non -Collusive Afridavit Form 6. Applicable Insurance ATTACHMENT: Curriculum Vitas ............................................ Page 20 3 SECTION A: COVER LETTER It is with honor that I respond to the RF P for Medical Director of Fire Rescue. Tamarac is very special to me, and. I have been fortunate to serve as your Medical Director for the previous six years. It has been rewarding to watch the growth and expansion of the Fire Department and the city as a whole. During this time the Fire Department has been named EMS Provider of the Year for 2004, by the state of Florida. Lieutenant/Paramedic Chris Dixon was named fire fighter/paramedic of the year by the Florida Fire Chief s Association. Our ALS team won the University of Miami Stephanie Brown International ALS Competition. The department participated in a major, multi agency research study on the use of fibrinolytic agents for acute myocardial infarction. This study was published in a peer reviewed cardiology j ourrial and validated that paramedics could recognize and treat these patients with the " clot busting drug", thus reducing morbidity and mortality for our patients. We were inspected by the state on two different occasions, and both times no deficiencies were found. We were awarded exemplary status for excellence. During this time we have undergone rapid expansion in our Fire Department personnel, equipment and opened a new station. The above and other activities have placed Tamarac in the fore front of EMS nationally and we are recognized throughout the country for our excellence.. This is a result of the support we have received from the commission, the City administration, the Fire Department administration along with the commitment from the department personnel as well, I am very proud of these accomplishments and hope to continue as your medical director. As you will see in your review, I am responding to the RFP with the addition of Dr. Joe Nelson as my Associate Medical Director and we are both committed to providing the highest quality of medical direction available. Our Curriculum Vitas are attached for your comprehensive review. Thank you for allowing us to respond to your RFP for Medical Direction of Tamarac Fire Rescue. 4 STATEMENT OF WORK Medical direction will be provided twenty four hours a day, seven days a week by myself, with my associate, Dr. Nelson, serving as back-up. We will be available by telephone, pager or radio, for consultation and/or to resolve medical Issues within the scope of this agreement. In addition, on -going oversight will be provided through radio communication monitoring; direct field observation; station visits; staff, CQI, and research/equipment committee meetings. We will make ourselves available to the department at any time for interim meetings, programs, or when additional support Is requested. Tamarac Fire Rescue is a progressive, cutting edge, nationally recognized service. I personally am very proud of our accomplishments over the past six years. Dr. Nelson and I wish to continue this level of operation and care. We will support the growth of our CQI process, the evaluation of new treatment modalities/equipment, and the development of research activities. Our goals are to provide the highest level of quality card to our consumers, and provde this same level of quality in support and supervision/oversight of the fire department personnel. We will also be available to the city administration for consultation and support. 5 SERVICES TO BE PROVIDED As the Medical Director for Tamarac Fire Rescue I shall perform all the following duties including advising, consulting, training, counseling and overseeing services, which include administrative and management functions. In order to optimize medical direction of Tamarac Fire -Rescue Emergency Medical Services, We will specifically provide the following services: 1. Serve as a patient advocate in the City of Tamarac EMS system. We will always put what is in the patient's best interest in the time and situation present as our #1 priority for patient care. All patients will receive the best of care available, and we will continue to keep Tamarac Fire Rescue recognized as a leading provider of EMS. 2. We will set and ensure compliance with patient care standards including patient standards including communications standards and medical protocols. All compliance issues will be handled through the CQI process. 3. We will develop and implement protocols and standing orders under which the pre -hospital care provider functions. We will continue to operate under the South Florida Common Protocols with additions and deletions as dictated by the needs of our system. 4. Identify treatment modalities for the inclusion into medical treatment protocols. Develop and implement an agenda for the provision of current medical direction. Through continuing education, seminars, conferences and field observation any potential deletions or additions to the medical treatment protocols will be identified. Subsequently through meetings of the research and equipment committee, recommendations will be made as to any necessary modifications to. the treatment protocols. I 5. Evaluate and provide feedback on new or existing EMS technologies for the inclusion into the system. This will be accomplished through literature review, offending EMS conferences for networking, vendor meetings, utilization of the research and development committee, and hands on field testing, The goal Is to keep us on the cuffing edge In quality patient care, yet avoid unnecessary and costly expenditures. 6. We will ensure the appropriateness of initial qualifications of pre -hospital personnel Involved In patient care. 7. We will ensure that the qualifications of pre -hospital personnel involved in patient care ore maintained on an on going basis through education testing, accreditation, and credentialing. In addition, periodic validation of skill proficiency of personnel and entry level medical training and credentioling of pre -hospital personnel based on local and recognized national standards will be performed. 8. We will set or approve medical standards for promotion of individuals to higher levels of patient care responsibility. Alternatively, for all pre -hospital providers, maintain official authority to limit the medical activities of patient care providers for cause secondary to deviation from established clinical standards of practice or by not meeting training standards. This will be handled through the CQI process. 9. Develop and implement an effective quality improvement program for continuous system and patient care improvement.' The CQI program begins with a 100% real time review of patient care reports for completeness and appropriate documentation. On shift review with the personnel should be done to correct Identified deficiencies. The Division Chief should be made aware of any case found to be a high risk Issue to the department or city. The Chief should also be made aware when there is ongoing, uncorrected or repeated deficiencies made by the some personnel. The next component of the CQI process Is a monthly review by the medical director or his designee of reports involving sentinel events these Include the following: non transports or refusal of care; trauma, stroke or cardiac alerts; and additional categories Identified on a monthly basis. Following the Medical Director's review, a summary of my findings and recommendations will be forwarded to the Division Chief for review. These recommendations will then be discussed at the monthly CQI meeting. In light of the fact that the CQI process Is an educational opportunity, all Issues Idenfifiled by the Medical Director and Division Chief will be possible topics for upcoming EMS education. The end point of this process Is to close the loop on all identified Issues and then show that this goal has been met. 10. Based on review of current pre -hospital and appropriate medical literature and trends, provide a monthly forum for evaluation of possible application and/or inclusion of current therapies. We will Implement a monthly equipment/research committee meeting to effect this program. The committee will make recommendations to the Medical Director and Division Chief. It will also assist In writing procedures and 11. We will attend Medical Director/EMS subcommittee meetings and provide feedback. Maintain liaison with the medical community including, but not limited to hospitals, emergency departments, physicians, other pre -hospital providers/agencies and nurses. Attend the trauma CQl meetings and maintain regular contact with ED directors. Report to the EMS Division Chief the results of the meetings. protocols for new equipment, medications or treatments to be Implemented by our system. n; 12. We will Interact on a continued basis with state, regional and local EMS authorities to ensure standards, needs and requirements are met and resource allocation is optimized. 13. Support the coordination of activities such as mutual aid, disaster planning and management, hazardous materials response, stroke and cardiac alerts. 14. Promulgate public education and information on the prevention of emergencies. The Medical Director or Associate Medical Director will be involved in community outreach programs, and be available to attend public relation events when requested by the department. 15. We will maintain knowledge levels appropriate for an EMS Medical Director through continued education as required in 64E-2 F.A.C. We also will be attending conferences and meetings, as well as maintaining our credentials. 16. Provide for "off-line" coverage when unavailable. These arrangements will be made by the Medical Director and made known to Tamarac Fire -Rescue EMS staff officers 24 hours in advance. Either Dr. Nelson will be available 24/7 by pager or cell phone. If there should be a time when neither is available, we will arrange for off-line coverage with physicians knowledgeable in pre -hospital care. 17. Develop policies and protocols to keep Tamarac Fire -Rescue as a primary provider of out -of -hospital medical care. These will evolve out of the CQI process, from the equipment/research corrunittee meetings, and as a result of local and state committee meetings, and national conferences. Also the 1public needs to be continuously updated about our activities through community out reach programs. Vj MINIMUM. REQUIREMENTS I Dr. Ulin and Dr. Nelson are licensed to practice medicine in the State of Florida. 2. Dr. Ulin and Dr. Nelson are both board certified, practicing emergency medicine physicians. Dr. Ulin became involved in EMS in 1966 when he worked as an ambulance attendant for an ambulance company in Chattanooga, Tennessee. He began serving as an EMS medical director in 1974 and has continued in this role since. This predates by many years the promulgation of EMS fellowship programs. Dr. Nelson has been a paramedic since 1973 , an EMS director since 1992 and completed an EMS fellowship in 1990. Dr. Nelson currently serves as EMS Medical Director for the State of Florida.. 3. Dr. Ulin currently holds a separate DEA registration specifically for Tamarac Fire Rescue, separate from any other hospital or system DEA certification. 4 Dr. Ulin and Dr. Nelson are both familiar with the design and operation of EMS systems. They have and/or are serving as medical directors for private, municipal and training center operations. They also have'served on local, state and national organizations which address design and operational system issues. 5. As referenced above, Dr. Ulin and Dr. Nelson began their careers as EMT's and Paramedics working in the field, riding ambulances. Since that time they have continued to be active in field response and the clinical management of patients.. Both physicians are ACLS, BTLS, PALS and Basic Disaster Life Support certified. 6. Both physicians serve as on- line and off- line medical directors, and have done so on a continuously since they began their careers. They also have lectured and published on these topics. 7. Dr. Ulin is on the Active Staff of Florida Medical Center in Lauderdale Lakes, FL.. and practices in their emergency department. Dr Nelson is on the Attending Staff at Northside Hospital and Heart Institute I St. Petersburg, FL. and practices in their emergency department. 8. Both physicians have given multiple presentations, published, participated in seminars, served as faculty and taught in the field through out their careers. 9. Both physicians have developed CQI programs for their systems and participate in this process on an on going basis Their programs have been reviewed during multiple state inspections and no deficiencies have been found. They also attend CME programs to keep current with evolving trends and. activities in the CQI process. 10 10. Both physicians are knowledgeable in all local, state and federal statutes and regulations relating to the operation and management of EMS systems, They have also served on committees involved in the promulgation of statutes, rules and regulations. I I - Both physicians have been involved in the development of EMS dispatch and communication programs and are knowledgeable in radio communication systems. Back in 198 1, Dr. Ulin helped develop a Base Station Physician training program for the state of Michigan. 12. Both physicians are knowledgeable in the local and state MCI programs and disaster response plans, participate in the Broward County Reserve Medical Corp, are Basic Disaster Life Support certified, and have lectured and given training programs in these fields to pre hospital providers.. 13. Both physicians are knowledgeable in the treatment of patients involved in hazardous material incidents Dr. Ulin has been involved in the teaching and training of hazardous material incidents since 1980. He has co-authored two textbooks and written chapters for two other textbooks on this subject, Our attached Curriculum Vitas fijrther illustrate our comprehensive expertise and qualifications to serve the needs of Tamarac Fire Rescue. Fire based medical direction is more than just EMS. 11 I CONTRACTOR RESPONSIBILITIES 1 . As the Medical Directors We. will assume authority over all aspects of patient care. I will supervise and accept direct responsibility for the medical performance of the paramedics and EMTs working for the City of Tamarac. 2. We will recommend certification, recertification and decertification of pre -hospital personnel to the appropriate certifying agency. I We will establish, implement, revise, and authorize system- wide protocols, policies, and procedures for all patient care activities from dispatch through triage, treatment, and transport. 4. We will establish an on -going continuous quality improvement (CQl) process to ensure compliance with protocol by selecting, on a monthly basis, specific review criteria for evaluation and submit a written report on those findings monthly as referenced under Services to'Be Provided. 5. We will develop and implement a patient care quality improvement system to assess the medical performance of paramedics and EMTs. As the Medical Directors we shall audit the performance of system personnel by use of quality assurance programs to include but not limited to a prompt review of run reports, direct observation and comparison of performance standards for drugs, equipment, system protocols and procedures. We shall be responsible for participating in quality assurance programs developed by the department. The quality improvement program shall meet all standards required in Chapter 64E-2 FAC. Also referenced under Services To Be Provided 6. We will assists Fire -Rescue administration in establishing the criteria for level of emergency Response. (E.g. EMT, Paramedic, equipment, preventive care programs etc. 7. We will establish criteria for determining patient destination and transportation needs. 8. We will require education 'and testing to the level of proficiency approved for the following personnel within EMS system. a) EMTs, Paramedics b) Educational Coordinators 9. We will participate in the. implementation and supervision of an effective quality improvement program. The medical director shall have access to all relevant records needed to accomplish this task. This program is also outlined under Services to Be Provided. 10. Remove a doctor, clinic, hospital or paramedic from medical care duties for due cause, using an appropriate review and appeals mechanism. The Medical Director has authority to limit the patient care activities of those who deviate from established standards or do I - We will participate in setting/approving hiring standards for personnel involved in patient care and evaluation of probationary personnel prior to regular assignment. We will also meet and evaluate firefighter recruits quarterly during the probationary period and provide a final assessment of the individual prior to regular status. 12. We will advise regarding standards for equipment used in patient care. � tl 13. We will participate regularly in scheduled local, regional, state and national level EMS conferences and meetings. 14. We will attend quarterly meetings of the EMS supervisory staff as well as meeting on a monthly basis with the EMS staff officers. 15. We will regularly attend State EMS Advisory Council meetings (minimum if two (2) per year) to provide for the interests of the Tamarac Fire -Rescue Department. 16. We will comply with all aspects of Rule 64E-2, FAC and other applicable laws and rules governing the provision of pre -hospital EMS in a fire -rescue based system. 01 COST PROPOSAL As referenced in the proposal form the cost of providing Medical Director services for the term of the contract outlined in the RFP will be $40,000 per annum payable on a monthly basis at $3,333.33. fk PROJECT SCHEDULE Dr, Ulin, Dr. Nelson or their physician designee will be available 24 hours a day, 7 days a week to provide continuous medical oversight and to be available for consultation or to address medical issues. Dr. Ulin will be the primary physician providing coverage.. In addition we will comply with all requirements, as well as our additional activities as outlined in the RFP. 16 INSURANCE If I am selected to continue as Medical Director for Tamarac Fire Rescue I will agree to, in the performance of my work and services under this Agreement, comply with all federal, state, and local laws and regulations now, in effect, or hereinafter enacted during the term of this agreement that are applicable to me and my corporation with respect to the work and services as outlined in the RFP. As Medical Director of Tamarac Fire Rescue I will maintain a general liability insurance policy for $1,000.000. 1 will also maintain my Allstate commercial automobile insurance policy for $1,000.000/$3.000.000. 1 am the sole employee of my corporation at this time and do not use sub- contractors. If I should take on other employees, I will obtain appropriate insurance for them. I have malpractice insurance in the amount of $1,000,000/$3,000,000 for my clinical practice of emergency medicine. This is provided to me by Sterling Health Care as an independent contractor for my practice at Florida Medical Center in Lauderdale Lakes, Fl. Each of my other EMS agencies, including Tamarac provide liability coverage for my oversight activities as contracted medical director. 116 CORPORATE/MEDICAL LICENSE AND CERIFICATIONS 18 1P C, z December 23, 1999 !I )I if I , , I l I i I I g, I , I " i ) ; � 4 1 L. Scott Ulin, M.D. 17 I -sou 5222 N.W. I loth Avenue I "; Ix 17. ;.;2 2 2: 11 %� �% I hk. I I I lt ", Coral Springs, FL 33076 Dear Dr. Ulin: ill, ow I Mm k-Om k. M.1 The American Board of Emergency Medicine (ABEM) is pleased to inform you that you have successfully completed the November 7, 1999, written recertification 1 1" Pow P—odc"t examination. As of this date, you are recertified as a diplomate of the American Board of Emergency Medicine. A news release is enclosed for submission to the publications F. Bo( k. NI 1). t-1,11y, of your choice. Ilick 1) linggs. fr.. NIJ), Ih mh, The American Board of Emergency Medicine requires recertification after each I 0-year period. Your certificate will be dated December 23, 1999, and will be valid until Gallagh'.1"NIA). GoWlilld, NIA). December 31, 2009. You must be recertified by December 31, 2009, to retain diplomate status. Congratulations and best wishes for continued success. P�-lvl T Pnws, "I'D 16,6­1 J. R'011tvill. M I). NLD. F.. 11, N1.1) Sincerely, Arting Executive Director Nlikl� Alm Rellihalt, I'll D, Senior lsm)umle em7 Vincent J. Maorkovchick, M.D. Gwen!�Iyn4L. Hoffifm D. President Secretary -Treasurer VJM/GLH/jdk Enclosures: Examination Results Candidate's Keyword Report General Information for ABEM Diplomates Question & Answer Sheet Oe News Release A Member Board of (423) t IW Anwrican Bi)jjrd of MkAival Specialties WEN/ P14 issiorl is I Old'I Oyi, "I 1p, Eptirrycta Alp( icill". Fj 0 L" r- M—. M --, o " x a) o M C 79. @ co r- cn CL (n cr M CL :Lc Q > 9 2 r Ul 0 3 0 00 > ct, ol CD Iw— o to Z.. C m U CD CT) CD -n 3 z Zi. 0.0 ",FD CL o M V rn m M o 4, 0 m . . ..... . ... to m It x d Qg a p eL �p d+ )y r r•,w, ). <J T a r 6 L)ivision ot t-orporations Page I of 2 . ........... . . . ..... . ...... Florida Profit L. SCOTT ULIN EMERGENCY MEDICAL SERVICES, INC. .......... ...... ..... .... ........ . .. . ...... ... .11.1 . . . ... . .... .. ....... . .. .. .. . ..... .... ... . . .... . .. ..:: -.- -- -.77:..-.= �_ . , PRINCIPAL ADDRESS 1437 NW 9TH STREET DANIA BEACH FL 33004 Changed 08/16/2005 .... ...... ..' . .... ...... I ....... . ......... ..... .............. I .. .. . . ..... ....... ... - I..., .. . .... .......... ............. ....... . ..... ....... .. 11.1.1 . .. . ... .......... .............................. ................. .......... .. ......... ............................ ....... ....... ... . ..... . MAILING ADDRESS 1437 NW 9TH STREET DANIA BEACH FL 33004 Changed 08/16/2005 Document Number FEI Number Date Filed P98000007689 650807366 01/23/1998 State Status Effective Date FL ACTIVE NONE Last Event Event Date Filed Event Effective Date AMENDMENT 08/16/2005 NONE Re2istered Aizent L Name & Address ULIN, L. SCOTT 1437 NW 9TH STREET DANIA BEACH FL 33004 Name Changed: 0 S/ 17/1999 Address Chanaed: 08/16/2005 r... . .... - 7:..-. .... ... ... ... ...... . .. . .... ................ , 7-7. - ""I Officer/Director Detail E- Name & Address ULIN, L, SCOTT E 5222 NW I 10 AVE E- PST CORAL SPRINGS FL 33076 11 CERTIFICATION FORMS 19 of Tamar';,w— PUrchasing & Contracts Divh;ion 11111=4 14q # Not to Exceed Cost.of: $120,000.00 for the three year term of the contract. Expenses $120,000.00 for the three year term of the contract. SUBMITTED BY: CompanyName: L.Scott Ulin EmergencyMedical Services Incorparated Address: 1437 N.W. 9th Street City: Dania Beach State: FL Zip: 33004 Telephone:- 0 54) 925-3860 FAX: (954) 925-3a63 Email: meddirscott@msn.com NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item (s)/service(s) described in the Invitation to Bid. We (1) certify that we(l) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. J 9 City of Tamarac Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ If "Other", Explain: Authorized Signature Louis Scott Ulin Typed/Printed Name (954) 925-3860 Telephone ' (954) 925-3860 Fax meddirscott@msn.com Purchasing & Contracts Division CORPORATION 0 OTHER ❑ L.Scott Ulin Emergency Medical Services Company Name Incorporated 1437 N.W. 9th Street Address Dania Beach, Florida 33004 City, State, ZIP 65-0807366 Federal Tax ID Number N/A Email address for above signer (if any) Contractor's License Number �r CERTIFIED RESOLUTION 1, Louis Scott Ulin M.D. — (Name), the duly elected Secretary of IScott U1 in E.M.S. Inc. (Corporate Title), a corporation organized and existing under the laws of the State of Florida —, do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT Louis Scott Ulin M.D, (Name)", the duly elected -_ - - Pre -&I dent _ (Title of Officer) of L.Scott Ulin E.M.S. Inc. —(Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE Louis Scott Ulin M.D. President SIGNATURE Given under my hand and the Seal of the said corporation this 16 th day of Augus t 12005 (SEAL) NOTE: By: President Secretary Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 27 OFFEROWS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88 1h Avenue Tamarac, Florida 33321 Check One Submitted By: L.Scott Ulin E.M.S. Incorporated- Corporation Name: Louis Scott Ulin M.D. Partnership Address: 1437 DI-W--9th Street— El Individual City, State, Zip Dania Beagh Telephone No. I _Tlorida 33004 L1 Other _15 4­�---a23-73-8 6 0 Fax No. �925-3863 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: T t i --jLj_iD,3M@Xgenqy Medical Services Incorporated The address of the principal place of business is: 1437 N.W. 9th Street Dania Beach, Florida 33004 If Offeroris a corporation, answer the following: a) Date of Incorporation: January_ 23, 1998 b) S tate of Incorporation: Florida— c) President's name:.Louis Scott Ulin M.D. d) Vice President's name: Louis Scott Ulin M.D. e) Secretary's name: _Louis Scott Ulin M.D. f) Treasurer's name: Louis Scott Ulin M.D g) Name and address of Resident Agent:_ Louis Scott Ulin M. D. 28 3. if bfferor is an individual or a partnership, answer the following: h) Date of organization: i) Name, address and ownership units of all partners: N/A State whether general or limited partnership:__. 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N /A 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A 6. How many years has your organization been in business under its present business name? 7 YearS a) Under what other former names has your organization operated? None 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. Florida Medical License MEQ040245 8. Haveyou personally inspected the site of the proposed work? E3 YES F� NO 9. Do you have a complete set of documents, including drawings and addenda? 93 YES F NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? [:] YES F1 NO 29 11 . Have you ever failed to complete any work awarded to you? If so, state when, where and why: No 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address _-Telephon e Chief Ed Curran 5600 NW 19th St. Lauderhill (954) 730-2950 Chief Ken Land 100 West Danid Be_a&,-1j_Blvd (9 -3710 . .5A-) 9 2 4 Chief Rustv Sievers - 2601 West Broward Blvd, (954) 831-8200 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). As gutlingd _in 14. State the name of the individual who will have personal supervision of the work: Louis Scott-Ulin M.D. 15. State the name and address of attorney, if any, for the business of the Offeror: N /A 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: -Louis Scott Ulin 1437 N.W. 9th street Dania Beach, Florida 33004 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: Louis Scott Ulin M.D. 9th Street Dania Beach, Florida 330C4 Qj 18. State the name of Surety Company which will be providing the bond, and name and address of agent: N/A 19. Bank References: Bank Address Telephone Bank United 2895 N. Universit Drive. Coral 8prings, Florida (954) 757-0729 20.Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: b) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): c) Net Fixed Assets d) Other Assets e) Current Liabilities (e.g., accounts payabl ' e, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). f) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: Fernandez, Petr&Associates PA 22. Is this financial statement for the identical organization named on page one? �ES [:1 NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 31 The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Florida County of Broward On this the 16th dayol August 20-25 before me, the undersigned Notary Public of the State of Florida, personally appeared Louis Scott Ulin M.D. (Narne(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal NOTARY PUBLIC 32 y ".o free IDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) -U Personally known to me, or 11 Produced identification: Florida Driver's License (Type of Identification Produced) 11 DID take an oath, or 0 DID NOT take an oath City of ramelrac le-, - Purchasing & Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 24. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 25. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 26. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 27. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 28. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 29. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. L.Scott Ulin Emergency Medical Services, Inc. Authorized Signature Company Name 33 & Tamarac Stateof Florida County of Broward tPLUG11c.1,510g & CQ17trRCtS DiVlSiO17 NON -COLLUSIVE AFFIDAVIT )ss. Louis Scott Ulin M.D. deposes and says that: being first duly sworn, 30. He/she is the President , (Owner, Partner, Officer, Representative or Agent) of L. Scott Ulin E.M.S. Inc. the Offeror that has submitted the attached Proposal; 31 . He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 32. Such Proposal is genuine and is not a collusive or sham Proposal; 33. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 34. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this afflant. Signed, sealed and dejlivered in the presence of: BY Witne Louis Scott Ulin M.D. Witne V Printed Name President Title 34 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of _Broward On this the j±Lhday olAugust _,2005 before me, the undersigned Notary Public of the State of Florida, personally appeared Louis Scott Ulin M.D. and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instr d h RMANIA JR. acknowledge that he/she/they execut I ed it. Notary PLIkft - lkft o Florida Gpw�nvw 4U. zuu/ C4110MN600n 0 M262875 WITNESS my hand B6ncWd1VNakndWuryAmn. and official seal. 0e, NOTARY PUBLIC,. STATEE�OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: Gilbert Sanabria Jr. (Name of Notary Public: Print, Stamp, or Type as Commissioned) In Personally known to me, or 0 Produced identification: . (Type of Identification Produced) 11 DID take an oath, or 11 DID NOT take an oath 35 ATTACHMENT: CURRICULUM VITAS 20 i CURRICULUM VITAE LOUIS SCOTT ULIN, M.D., F. A. C. E. P. PHONE (954) 925-3863 FAX (954) 925-3860 * E-MAILMEDDIRSCOII@MSN.COM 1437 N.W. 91h Street * DANIA BEACH, FL 33004 PERSONAL Date of Birth: April 15, 1948 Place of Birth: Hamilton County, Tennessee ACADEMIC DEGREES 1970 University of Tennessee B.A., Chattanooga, TN Combined Sciences. 1973 U,niversity of Tennessee School of Medicine Memphis, TN Doctor of Medicine Florida - ME0040245 rNTERNSHIP 1974-1975: St. Mary's Hospital and Medical Center, San Francisco, CA Rotating' RESIDENCY TRAINING 1976-1977 Washington University School of Medicine St. Louis, MO Emergency Medicine 1977-1'978 The Medical College of Pennsylvania and Hospital Emergency Medicine Philadelphia, P A BOARD CERTIFICATION 1980 Diplomat, American Board of Emergency Medicine 1989 Recertified 1999 Recertified FELLOWSHIP 1981 American College of Emergency Physicians 1992 Reappointed Louis Scott Ulin, M.D., F.A.C.E.P. Curriculum Vitae 2 SOCIETY MEMBERSHIPS National Association of EMS Physicians Florida Association of EMS Medical Directors Florida College of Emergency Physicians American College of Emergency Physicians Broward County Medical Association ACADEMIC APPOINTMENTS 1985-1991 University of Miami School of Medicine Miami, FL Clinical Instructor in Medicine 1981-1982 Michigan State University College of Medicine Assistant Professor of Medicine, Emergency Medicine East Lansing, MI 1981-1982 Mott Community College Flint, MI Instructor, Department of Nursing and Allied Health 1978-1979 TheM.edical College of Pennsylvania Philadelphia, PA Clinical Assistant Professor in Emergency Medicine 1978-1979 The Medical College of Pennsylvania Philadelphia, P A Instructor in Emergency Medicine HOSPITAL APPOINTMENTS 1996-present Florida Medical Center Lauderdale Lakes, FL Active Staff, Department of Emergency Medicine 1995-1996 Northwest Medical Center Margate, FL Attending, Department of Emergency Medicine 1988-1995 Memorial Hospital of Hollywood Hollywood, FL Attending, Department of Emergency Medicine 1984-1987 Parkway Regional Medical Center, North Miami Beach, FL Attending, Department of Medicine, Emergency Medicine 1983 -1986 Plantation General Hospital Plantation, FL Associate Staff, Department of Emergency Medicine 1982 Broward General Medical Center Ft. Lauderdale, FL Chairman, Department of Emergency Medicine 1982 Saginaw General Hos ital p Attending Physician, Emergency Department Saginaw, MI Louis Scott Win, M.D., F.A.C.E.P. Curriculum Vitae 3 1981-1982 Hurley Medical Center Flint, MI Director of Emergency Medical Education and Emergency Medical Services 1978-1991 The Medical College of Pennsylvania and Hospital Active Staff Philadelphia, P A 1978-1981 Frankford Hospital Associate in Emergency Medicine Philadelphia, P A ADMINISTRATIVE POSITIONS 1998-present Medical Director, Lauderdale Lakes Fire Rescue Lauderdale Lakes, FL 1998-present Medical Director, Tamarac Fire Rescue Tamarac, FL 1995-present Medical Director, Lauderhill Fire Rescue Lauderhill, FL 1988-present Medical Director, Dania Fire Rescue Dania,FL 1999-prcsent Medical Director, American Ambulance Pembroke Park, Fl 1999-2004 Medical Director, Lauderdale Lakes Fire Rescue Lauderdale Lakes, FL 1989-1992 Metropolitan Dade County Fire Deparlment Assistant Medical Director (Haz-Mat) Miami, FL 1988-1992 Medical Director, Sunrise Fire Rescue Sunrise, FL 1987-1990 President, Emergency Medical Services Unlimited Coral Springs, FL 1986-1987 First AeroMedical Care Corporation Chief Medical Director Ft. Lauderdale, FL 1984-1987 Professionals Affiliated for Continuing Education, Inc. Vice President and Medical Director Plantation, FL 1982 Broward Community College Ft. Lauderdale, FL Medical Director, Emergency Medical Technology Program 1981-1982 Mott County College Medical Director, Paramedic Training Program Flint, MI Louis Scott Ulin, M.D., F.A.C.E.P. ADMINISTRATIVE APPOINTMENTS CurriCUILIM Vitae 4 2002-present Member, Broward County Regional EMS Advisory Council 2002- present Broward County Medical Association Co -Chair, EMS Research Subcommittee 2000-present BrowaTd County Medical Association Member, EMS Committee 2000-present Broward County Trauma Agency Member, Q/A Committee 2000-present Broward County Fire Chiefs Association Member, EMS Subcommittee Broward County, FL 1989-1992 University of Miami School of Medicine Miami, FL Governing Board, Medical Training and Simulation Laboratory 1988-1992 Member of Dade County Fire Offi&rs Association, Hazardous Materials Committee 1983-1992 American College of Emergency Physicians Orlando, FL Member, EMS/Trauma/Disaster Committee, Florida Chapter 1986-1991 American College of Emergency Physicians Orlando, FL Member, Education Committee, Florida Chapter 1988-1990 President, Florida Association of EMS Medical Directors Orlando, FL 1985-1990 American Trauma Society Member, Board of Directors Baltimore, MD 1987-1988 Basic Trauma Life Support Training Program Orlando, FL Medical Director, State of Florida 1987 Vice President, Florida Association of EMS Medical Directors Orlando, FL 1986-1987 Member, State of Florida EMS Advisory Council Five -Year Plan Subcommittees on Training and Education and EMS Medical Direction 1985 Member, State of Florida EMS Advisory Council Subcommittee on Trauma and Air Ambulance 1981-1982 American College of Emergency Physicians, Michigan Chapter East Lansing, MI . Member, Board of Directors Chairman, ACLS Committee . Member, Disaster Committee Member, Education Committee Louis Scott Ulin, M.D-, FA-C-E.P. Curriculum Vitae 5 1981-1982 Region V EMS Council of Michigan . Critical Care Consultant in Toxicology 1981-1982 Deputy Medical Examiner 1979-1980 Philadelphia County Medical Society . Member, Emergency Medical Services Committee 1979-1980 American College of Emergency Physicians, Pennsylvania Chapter • Member, Continuing Education Committee, • Member, Nominating Committee RELA TED MEDICAL ACTIVTIES Flint, MI Genesee County, MI 1982 - Present instructor, ACLS, American Heart Association 2004 - Provider PALS 2004 - Provider BTLS 2004 - Provider BDLS, American Medical Association 1981 - 1989 Provider, ATLS, American College of Surgeons 1987-1990 National Faculty, Basic Trauma Life Support Int'l., Inc. Montgomery, AL 1989 (July) Program Chairman, ClinCon'89 The 1989 Clinical Conference of Pre -Hospital Emergency Care Hyatt Orlando Orlando, FL 1986 (March) Conference Co -Director "Trauma'86, Expanding Concepts", Diplomat Hotel and Resort Hollywood, FL 1984 (Feb.) Conference CO -Director "Trauma'85, A Change Begins", Hilton Inverrary Hotel Ft. Lauderdale, FL 1983 (Aug.) Course Director "Summertime Blues" A Continuing Education Seminar for Nurses and Paramedics, PGA Sheraton Palm Beach Gardens, FL 1981-1982 Affiliate Faculty, Base Station Physician Symposium American College of Emergency Physicians I Louis Scott Ulin, M.D., F.A.C.E.P. Curriculum Vitae 6 1980 Affi-liate Faculty, Advanced Cardiac Life Support Pennsylvania Chapter PRESENTATIONS "Ethics in EMS and Fire -Rescue" Broward County Fire Chiefs Association First There - First Care 4 1h Annual Conference, Broward Community College May 2001 Ft. Lauderdale, FL "Medical Aspects of Hazardous Material Incidents and Health Surveillance" Hazardous Material Committee Workshop: International Association of Fire Chiefs, 1991 Conference September 22,1991 Toronto, Canada "Medical Management of Hazardous Material Incidents" ClinCon'91; Hyatt Orlando July 19, 1991 Orlando, FL "Toxicity Hazard to the Fire Investigator" 13 th Annual Fire and Arson Investigation School; Palm Beach Hilton Hotel - May 19,1991 West Palm Beach, FL "EMS Hazardous Material Response" International Association of Firefighters Conference on EMS and the Fire Service; Doral Country Club May 30,1991 Miami, FL "Fire Scene Safety, Hazardous Materials Considerations" 1990 Florida Arson Seminar; Howard Johnson Hotel Orlando, FL September 19, 1990 . Concerns for Management of the Exposed or Contaminated Patient . Medical Management of Patients Exposed to Hazardous Materials Miami Airport Hilton -7, 1990 Miami, FL February 6 Louis scott Ulin , M-D-, F.A.C.E.P. Curriculum Vitae 7 "Hazardous Material Incidents, Essentials for Pre -Hospital Management' A pre conference seminar, ClinCon'89 and ClinCon'90; Hyatt Resort July 13, 1989 Orlando, FL July 12, 1990 The Emergency Physician's Role in Trauma Care Trauma Symposium 1989: "The Way We Do It_" Sheraton Bat Harbor March 30-Aprill, 1989 Bat Harbor, FL moderator, "Advances in Resuscitation" Symposia -By -the -Sea Florida Chapter of the American College of Emergency Physicians Don Cesar Resort August 20, 1998 St. Pet . ersburg, FL "Emergency Medical Treatment of Hazardous Material Incidents" A pre -conference workshop, ClinCon '88; Hyatt Resort, Florida Chapter of the American College of Emergency Physicians July 14,1988 Orlando, FL "Management of Chest Trauma" Invasive Procedures in EMS Symposia Medical Seminars of America; Hilton Hotel June 24, 1988 "Chest Trauma and Central Venous Access" Invasive Procedures in EMS Symposia; Harley Hotel January 28,1988 "Toxicology of Smoke and Fire Scene Safety" Florida Arson Seminar; Grosvenor Resort September 25, 1987 Hollywood, FL Orlando,FL Lake Buena Vista,. FL "Emergency Medical Treatment of Hazardous Material Exposures" ClinCon 1987; Hyatt Resort Orlando, FL Jwy 9,1987 "Emergency Medical Treatment of Hazardous Material Accidents" ICU/ER Monthly Conference; Cedars of Lebanon Medical Center Miami, FL March 9, 1987 "Scene Assessment, Trauma Management and Psychological Considerations" Violence in EMS Seminar, Palm Beach County Fire Rescue; Airport Hilton March 19, 1987 West Palm Beach, FL Louis Stott Ulin, M.D., F.A.C-E.P Curriculum Vitae 9 "Hazardous Incidents - A Deadly Risk for Trauma" Trauma'85: A Change Begins; The Hilton Inverrary Conference Center January 31, 1985 Lauderhill, FL "Fire Scene Investigation Safety" 1984 Florida Arson Seminar; Dutch Resort Hotel September 27, 1984 Orlando, FL "Emergency Medical Treatment of Hazardous Materials and Toxic Gas Exposure" 1984 International Disaster Control School; Ponce de Leon Lodge June 14, 1984 St. Augustine, FL "Pre -Hospital, ER and Immediate ICU Care of the Multiple Trauma Victim" American Association of Critical Care Nurses, Broward County Chapter Pier 66 Hotel April 26, 1984 Ft. Lauderdale, FL "Rational Use of, and Controversies in, ACLS Pharmacology" ICU/ER Conference; Cedars Medical Center December 11, 1983 Miami, FL "Emergency Medical Management of Hazardous Material Accidents and Exposures" Third Annual Emergency Update; North Ridge Hospital December 2, 1983 Oakland Park, FL "Rational Use of, and Controversies in, ACLS Pharmacotherapeutics" Fourth Annual Acute Care Multi -Disciplinary Seminar American Heart Association, Broward County Chapter March 13, 1983 Ft. Lauderdale, FL "Hazardous Materials - Emergency Medical Treatment" Respiratory Emergencies Symposium Broward County Emergency Medical Services February 23, 1983 Ft. Lauderdale, FL "Pre -Hospital Assessment of Respiratory Emergencies" Respiratory Emergencies Symposium Broward County Emergency Medical Services February 9, 1983 Ft. Lauderdale, FL "Chlorine Leak in a High Density Area" , Hazardous Materials Emergency Medical Treatment Symposium Michigan State University January 22, 1982 East Lansing, MI Louis Scott Uhn, M.D., F.A.C.E.P. Cufficulum Vitae 10 Chemical Decontamination Workshop Hazardous Materials Emergency Medical Treatment Symposium Michigan State University January 20-21, 1982 East Lansing, MI Moderator, "Environmental Disasters and Medical Response" Panel Discussion Hazardous Materials Emergency Medical Treatment Symposium Michigan State University January 21-22, 1982 East Lansing, MI "Initial Patient Assessment and the Value of Vital Sign Monitoring" Region V EMS Council Continuing Education Program February 5, 1981 Flint, MI "General Poison Management and the Rational Use of Antidotes" American College of Emergency Physicians Annual Scientific Assembly, Pennsylvania Chapter June 1980 Philadelphia, P A "Radiation Exposure to Emergency Department Staff from Portable X-Ray Studies" Annual Meeting of University Association for Emergency Medicine April 1980 Tucson, AZ I all .94 toy.`% I [INK EMS RESPONSE TO HAZARDOUS MATERIALS INCIDENTS Stutz and Win GDS Communications Miramar, FL 1993 HAZARDOUS MATERIALS INJURIES A HANDBOOK FOR PRE -HOSPITAL CARE Third Edition, Stutz and Ulin Bradford Communications Corporation Beltsville, MD 1992 HAZARDOUS MATERIALS AND TOXIC GAS EXPOSURES" 'ENVIRONMENTAL EMERGENCIES W.B. Saunders Co. Philadelphia, P A 1985 TOXIC GA ES AND CHEMICALS EMERGENCY MEDICINE: A COMPREHENSIVE STUDY GUIDE McGraw-Hill Book Co. New York, NY 1984 N Louis Scott Ulin, M.D., F.A.C.E.P. Curriculum Vitae I I I "ACUTE EXPOSURE TO HAZARDOUS MATERIALS" CLINICAL APPROACH TO POISON AND DRUG OVERDOSE W.B. Saunders Co. Philadelphia, P A 1983 "CARDIOVASCULAR EMERGENCIES" MEDICAL EMERGENCIES IN DENTAL PRACTICE Quintessence Publishers Chicago, IL 1981 "IATROGENIC ACUTE NASAL OBSTRUCTION IN AN OBLIGATE NOSE BREATHER." JAMA, Vol. 243 (16). April 25, 1980. Ulin, L.S., Bartlett, G.L. "CAUTIONARY TALE OF INFANTS AND NOSE DROPS." EMERGENCY MEDICINE, Vol. 12, no. 15. September 15, 1980. Ulin, L.S., Barlett, G.L. 1E ki. '!�,N E L, �Z� it rk 4. $,;" F -`A C'0 PERSONAL Business Address: Medical Direction Consultants, Inc. 934 North University Drive #228 Coral Springs, FL 33071 USA Email: JNelson197@aol.com Digital Pager (888) 338-3832 Office/ Voice -mail (954) 229-1457 Office Fax (954) 212-3727 Cellular (954) 553-1066 EDUCATION Medical: Des Moines University (University of Osteopathic Medicine and Health Sciences) Des Moines, Iowa Doctor of Osteopathic Medicine Degree Conferred June 1, 1984 College: Nova Southeastern University School of Business and Entrepreneurship Ft. Lauderdale, Florida Master of Science in Medical Business Management (Honors) Conferred July 27, 1997 Florida Southern College, Lakeland, Florida Bachelor of Science (Biology) - May 1979 Polk Community College, Winter Haven, Florida Paramedic Certification - 1976 Emergency Medical Technician Certification - 1973 Associate of Arts (General Studies) - December 1973 High School: Kathleen Senior High, Lakeland; Florida Honors Graduate — 1972 J.0 E AL A N..:N.E L SO N.V. co E F AC E.P.- POST-GRADUATE EDUCATION Certificate of Added Qualification in Emergency Medical Services American Osteopathic Board of Emergency Medicine February 1, 1996- Present Board Certified, American Osteopathic Board of Emergency Medicine December 1, 1993 - Present EMS Medical Direction Fellowship Emergency Medical Services Foundation Pinellas County, Florida November 1, 1989 - October 31, 1990 Rotating Internship, Metropolitan General Hospital Pinellas Park, Florida July 1, 1984 - June 30, 1985 PRESENT MAJOR ACTIVITIES President Medical Direction Consultants, Inc. Coral Springs, FL Incorporated October 2000 Attending Physician Department of Emergency Medicine Northside Hospital and Heart Institute St. Petersburg, FL December 2001 - present Group: EmCare Emergency Physician Group Medical Director American Medical Response South Florida/West Florida (Hillsborough) Divisions November 1, 1992- Present Medical Director Florida Department of Health, Bureau of Emergency Medical Services 4052 Bald Cypress Way, Bin C-18 Tallahassee, Florida 32399-1738 November 1, 2004-Present Medical Community Liaison Barry University Physician Assistant Program Extension at St. Petersburg College St. Petersburg, FIL October 2004 - present r ...... ... . .. . . . .... .......... e -pf 100v M :0 :AN L ....... ... 4�'N S E L rill. .... ..... . 0. FXG,,,.0,.E,:P:T J,17 TEACHING ACTIVITIES Medical Director Emergency Medical Services Program Florida Keys Community College Key West, FL January, 2001- Present Medical Director Emergency Medical Services Program Fred D. Leary Technical Center Tampa, FL January, 2000- Present Adjunct Professor, Emergency Medical Services George Washington University EMS Program Washington, DC October 2002-present Medical Director Emergency Medical Services Program City College, Ft. Lauderdale, FL February 16, 1999- Present Assistant Professo.�, Emergency Medicine Division of Family Medicine, Nova Southeastern University College of Osteopathic Medicine, Davie, Florida March 15, 1997-2004 Professor, Emergency Medical Services American College of Pre -Hospital Medicine Navarre,. Florida 1997-2002 Medical Director, ACLS Training Center Nursing Unlimited, Inc., North Miami Beach, Florida January 1, 1995- December 31, 1998 Medical Director' Emergency Medical Technology Program St. Petersburg Junior College, St. Petersburg, Florida January 1, 1989 - December 31, 1991 August 1, 1999- Present Basic Trauma Life Support (BTLS) State Affiliate Faculty BTLS of Florida Orlando, FL 1988- Present Tampa General Hospital Center for Emergency Medical Education, Tampa, FL Supervision/ Training of residents and medical students University of South Florida College of Medicine October 1, 1987 - April 2003 10 ALA NELSON, SF ,FACEP;,FACEP American Heart Association Advanced Cardiac Life Support Affiliate ... .......... 'S . .. . .. .... &.0. E: ALAN L t,1P-::`F A E WORK EXPERIENCE- PHYSICIAN Attending Physician Department of Emergency Medicine Broward General Medical Center/ Trauma Center Coral Springs Medical Center January, 1995- 2003 Group: PhyAmerica Emergency Physician Group Attending Physician- Emergency Department Parkway Regional Hospital North Miami Beach, Florida. March, 1995- January, 1996 Group: Sheridan Healthcare Attending Physician- Emergency Department University Community Hospital Tamarac, Florida. January 1995- August, 1997 Group: Sheridan Healthcare Attending Physician -Emergency Department Walker Memorial Hospital Avon Park, Florida. October 1994 - February 1995 Group: J J &R, Inc. Attending Physician- Emergency Department Spring Hill Regional Hospital Spring Hill, Florida. November 1991 - December 1992 Attending Physician Adult Emergency Care Center/ Trauma Center Tampa General Hospital, Tampa, Florida October 1987 — April 2003 Group: TEAM, Inc Attending Physician- Emergency Department Carrollwood Community Hospital, Tampa, Florida. October 1987 - January 1989 Private Practice, Family and Geriatric Medicine St. Petersburg, FL Affiliated with Metropolitan General Hospital Pinellas Park, Florida July 1985- October 1987 Deputy Director- Emergency Department Metropolitan General Hospital Pinellas Park, Florida. July 1985 — December 1986 5 d 0 E.;:.-A LA N El S.0 N­ VW A;,,C 9!:._:�IA�'c.'. 0 1. 1 WORK -EXPERIENCE- PREHOSPITAL Quality Management Officer, Pinellas County (Sunstar) November 1, 1992- September 30, 2004 Medical Director Town of Davie, Florida, Fire Rescue October 1, 1996- September 30, 2004 Medical Director City of Wilton Manors, Florida, Fire Rescue October 1, 1996- October 31, 2000 Medical Director ProCare Ambulance Sanford, FIL May, 1999- July, 1999 Mercy Hospital Medical Center, Des Moines, IA Pre -hospital Advanced Care Quality Assurance Auditor EMS -Paramedic Instructor, 1981 -,1983 Polk Community College, Winter Haven, Florida Paramedic Instructor, 1978 - 1980 Polk County Emergency Medical Services, Polk County, Florida EMT -Paramedic, 1973 - 1978. Supervisor, 1978 - 1979 .. .... .... V, A �L A N ELS: t E lt:A':' EP WORK EXPERIENCE -MEDICAL MANAGEMENT AND TRAINING CONSUL TANT Monroe County Fire Rescue Marathon, FL Training November 2002 Reedy Creek Fire Protection District Orange County, FL Training and QA December 2001 Hernando Healthcare Brooksville, FIL Hospital Management/EMS Issues August 2001- November 2001 Revivant Corporation Sunnyvale, CA Medical product development consulting November 2000-January 2001 Ouji Hospital Ouji, Japan Emergency Medical Training for Physicians, Nurses and Paramedics October, 2000 Laidlaw Corporate Compliance Department Arlington, TX Medicare audit appeal for ambulance billing 1999-Present Hospital Fernandez Department of Emergency and Trauma Medicine Buenos Aires, Argentina Emergency Medical Training for Physicians and Paramedics September 1999 Fisherman's Hospital Marathon, Florida COBRA/EMTALA Compliance Audit February 12, 1999 Higman Health Care Consultants St. Petersburg, FL Hospital consulting projects in Maine, Virginia, Arizona, North Carolina MoviMed Ambulance Service Santo Domingo, Dominican Republic Emergency Medical Training and EMS System Design 1997,1999 116M Vit Page 7 Y, '04, it Ri Mz MEMBERSHIPS AND APPOINTMENTS Broward County Trauma Agency QA Committee Ft. Lauderdale, FL May, 2003-Present Immediate Past Chair, Florida -Puerto Rico Region Emergency Cardiac Care Committee American Heart Association October, 2001- June, 2003 Broward County Fire Chief/Medical Director Committee Ft. Lauderdale, FL April 2003-Present Tampa Bay Regional Cardiac/Stroke Care Committee, American Heart Association 2002-Present Florida Department of Health State Trauma System Plan Implementation Committee 2002-present Strategic Planning/Total Quality Management National Senior Management Committee American Medical Response Aurora, CO October 2002-Present Florida Department of Health Task Force on EMS Chairman, Ambulance Diversion Subcommittee 1999-2000 Planning Chairman, "EMS Summit: Knowledge Management in EMS" Florida Emergency Medicine Foundation/ Sunstar Sheraton Sand Key, Clearwater, FL September 2002 Planning Chairman, "EMS Summit: Knowledge Management in EMS" Florida Emergency Medicine Foundation/ Sunstar Sheraton Sand Key, Clearwater, FL September 2001 Mobile Health Care National Medical Advisory Board American Medical Response Aurora, CO 2001 -present Sunstar Quality Council Pinellas County EMS Largo, FL January 2001- Present Basic Trauma Life Support International Global Development Committee October 2000- Present ... . .. . .... I mi a Ell� AL ANNE LS.G.N .0 0',:�. F A:C:O. t P'��­� FAC 1�'P Planning Chairman, "EMS Summit: Knowledge Management in EMS" Florida Emergency Medicine Foundation/ Sunstar Sheraton Sand Key, Clearwater, FL September 28-29, 2000 Planning Chairman, "EMS Summit: Data Management for the Next Century" Florida Emergency Medicine Foundation/ Sunstar Radisson Suite Resort on Sand Key, Clearwater, FL September 24-25, 1999 Accreditation Site Reviewer Committee on Accreditation of Ambulance Services 1998-Present Advisory Committee University of Miami College of Medicine EMS Training Lab 1998-Present Chairman, Ft. Lauderdale Stroke Committee, American Heart Association, Florida Affiliate, Broward Office, 1998 Broward County Medical Association EMS Committee 1998-Present American College of Physician Executives, 1997-Present Accreditation Site Reviewer Committee on Accreditation of EMT -Paramedic Programs, 1996-present Member, Board of Directors, Florida College of Emergency Physicians. 1995 - 2001 Member, Board of Directors, Florida Emergency Medicine Foundation, 1995 - Present Hillsborough County Trauma Agency QA Committee 1995-Present Member, Broward County EMS Advisory Council Medical Issues Subcommittee 1995 - Present Florida Association of EMS Medical Directors President 1995 -1998 -1995 Vice- President 1994 1997Editorial Editorial Board, Responder Magazine, 1994 Board and author, Rescue -EMS Magazine, 1993-1995 Member, Monroe County Upper Florida Keys Trauma Agency Planning Council 1993 — 1996 Contributing author, Physician's Guide to Florida's EMS 1993,1997 in 5 oft 'Vit Pade 9: YE,;A,,L.A!K N E LS 0 N qp:� J.. .... .. ..... . 7:7 i,:,: MI '% �Q FJ E' Palm Beach County EMS Medical Director's Association 1992 - Present Association Representative to the Palm Beach County EMS Advisory Council 1993 - 1994 Chairman, Florida College of Emergency Physicians Education Committee. 1992 - 1998 Medical Director Basic Trauma Life Support of Florida 1989 - Present Florida College of Emergency Physicians EMS[Trauma Committee 1989 - 1999 Florida Emergency'Medicine Foundation ClinCon Planning Committee Member 1989 - 1990, 1992 - 1999; Chairman, ClinCon '91 Chairman, ACLS Committee, Hill sborough Chapter, AHA, 1989-1990 Pinellas County EMS Medical Control Board, 1988 - 1989 National Association of EMS Physicians 1988 - Present EMS Fellowship Committee, 1996-2002 Managed Care Committee 1998-2003 Editorial Board, The Journal of Pre -Hospital Medicine, (Currently Pre -Hospital and Disaster Medicine) 1987 - 1989 Judge, ALS Contest, ClinCon 1987 - Present; Chief Judge, 1991 CPR-ECC Committee, Suncoast Chapter, AHA, 1986 — 1989 Member, Board of Directors, Tampa Bay EMS Foundation, 1986-1988 American College of Emergency Physicians 1985 — Present Fellow of the American College of Emergency Physicians-1 999-Present American College of Osteopathic Emergency Physicians 1985 - Present Fellow of the American College of Osteopathic Emergency Physicians- 1999- Present Member, Board of Directors 2004-present American Osteopathic Association 1979 - Present . . ..... . ... .. J� W10. ex, - 0 -2 10. WK: 9,F E,�, D �'o 'C`0� P X.' HONORS AND AWARDS American College of Osteopathic Emergency Physicians 2003 Excellence in EMS Award Basic Trauma Life Support International John E. Campbell BTLS Medical Director of the Year 2000 Dominican Society for Prehospital Medicine Dominican Republic 1999 Award for Outstanding Contribution to Prehospital Care Florida College of Emergency Physicians Member of the Year, 1999 Sigma Beta Delta National Honor Society in Business, Management, and Administration; Inducted July 26, 1997 PUBLICATIONS AND LECTURES "Medical Legal Issues in EMS" Town of Davie, Florida, Fire Rescue June 5, 2003 "Trauma Care in Florida" Panel Discussion Hillsborough County Trauma Symposium University of Tampa Tampa, FL May 16, 2003 "System Design, EMS Communications, EMS Vehicles and Equipment" An Overview of Emergency Medical Services American College of Osteopathic Emergency Physicians Scottsdale, AZ April2003 "Total Quality Management in Strategic Planning" Town of Davie, Florida, Fire Rescue Management Retreat February 7, 2003 "Total Quality Management in Strategic Planning" American Medical Response Senior Management Staff Miami, FL February 11, April 17, May 15, 2003 "Gynecologic Emergencies" Northside Hospital and Heart Institute Medical Education Program Saint Petersburg, FL January 28, 2003 arnpul Yitd,.: Pa J-Ofl��A. 'AN ��!N ELS 0 N,; ,,W ... 0 U!�,,f: AA `FACI r-� r% "An Overview of Emergency Medical Services" Northside Hospital and Heart Institute Medical Education Program Saint Petersburg, FL October, 2002 "System Design, EMS Communications, EMS Vehicles and Equipment" An Overview of Emergency Medical Services American College of Osteopathic Emergency Physicians Asheville, NC August 2001 "Layperson Retention of Skills after a Public Access Defibrillation Program" Leduc TJ, Nelson JA Poster Presentation National Association of Emergency Medical Services Physicians 1998 Annual Meeting "An ACLS laboratory rotation for undergraduate medical students" Dyche WJ, Walsh JH, Nelson JA Ann Emerg Med 1983 Apr; 12(4):208-11 "BTLS Advanced Provider" Hospital Fernandez Buenos Aires, Argentina August27,1999 "What Do You Want to Be When You Grow up? Strategic Planning for Your Career" ClinCon'99 Orlando, FL July 10, 1999 "COBRAIEMTALA: An Overview" Fisherman's Hospital Medical Staff Meeting Marathon, FL June 16, 1999 "Trauma Scene Choreography" Hillsborough County Trauma Symposium Hillsborough Community College Tampa, FL June 10, 1999 "EMS System Design" Dominican Society for Prehospital Medicine Conference Santo Domingo, Dominican Republic June 4, 1999 "Emergency Medical Services in the Town of Davie" Davie Town Council Meeting February, 1999 "An Overview of Emergency Medical Services" Mount Sinai /Nova Southeastern University o'17 r5o . . . . ... ... ....... . .. . NE L Sb:N J 0.:: j� ­s PAGOEP FACEP Emergency Medicine Residency Program, Miami, FL January 6, 1999 "Medical Direction, Administration and the Separation of Power: A History Lesson" Rescue -EMS Magazine March -April, 1998 "Total Quality Management" American Medical Response Senior Management Staff Miami, FL January 29, 1998 "System Design" An Overview of Emergency Medical Services American College of Osteopathic Emergency Physicians Chicago O'Hare Marriott, Chicago, Illinois January 6, 1998 "Footsteps in EMS" EMED'97 Conference Polk Community College Winter Haven, FIL September, 1997 "EMS System Design - a Primer" Dominican Society for Prehospital Medicine EMS System Symposium Santo Domingo, Dominican Republic August 1, 1997 "Anaphylaxis" "Obstetric and Gynecologic Emergency Care" Dominican Society for Prehospital Medicine Conference Santo Domingo, Dominican Republic July 31, 1997 "Gynecologic Emergencies" Nova Southeastern University Physician Assistant Program NSU Health Sciences Center Davie, FL May 9, 1997 "On -Line Medical Control" Medical Issues Committee Broward County EMS Advisory Council Ft. Lauderdale, FIL April 22, 1997 "System Design" An Overview of Emergency Medical Services American College of Osteopathic Emergency Physicians Chicago O'Hare Marriott, Chicago, Illinois January 9, 1997 Currioulurn Vita Page_13 '-dN E LfS 0 N FA �`E "Anaphylaxis" "Endocrine Emergencies" Nova Southeastern University Physician Assistant Program NSU Health Sciences Center Davie, FL May 12, 1996 Co -Author "Critical Care Transport Paramedic Curriculum" American Medical Response Ft. Lauderdale, FL October 1994 77-. . ... . .. .. .. ... 2. . .. .... clif 10 066 City of Tamarac AGREEMENT 1:14 W1144 1a C011483k M&*1;Kf_XirJ AND L. SCOTT ULIN EMERGENCY MEDICAL SERVICES, INC. & Contracts Division THIS AGREEMENT is made and entered into this IL day of Q&Dbel 20_C6.by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and L. Scott Ulin Emergency Medical Services Inc., a Florida corporation with principal offices located at 1437 NW 91h Street, Dania Beach, FL 33004 (the "Consultant") to provide for services as Medical Director for the City of Tamarac's Fire Rescue Department. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Consultant agree as follows: 1) The Contract Documents The contract documents shall consist of this Agreement, RFP Document No. 05- 17R, including all conditions therein, (including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda, Proposal executed and submitted by the Consultant, specifications, bond(s), (if applicable), and insurance certificate(s), the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. 2) The Work 2.1. The Consultant shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Consultant shall furnish all labor, materials, and equipment necessary to provide medical director services as contained in RFP 05-17R. 2.1.2 Consultant shall provide all services in accordance with the terms, conditions and statement of work contained in RFP 05-1 7R. 2.1.3 Consultant shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Consultant shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Consultant shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Consultant's expense. 2.1.4 Consultant shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. of Tamarac 0 Purchasing & Contracts Division 2.1.5 Consultant shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Consultant, its employees, agents or sub -consultants, if any, with respect to the work and services described herein. 3) Insurance 3.1. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as specified in the original bid or proposal document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Consultant will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Consultant shall indemnify and hold the City harmless for any damages resulting from failure of the Consultant to take out and maintain such insurance. Consultant's Liability Insurance policies shall be endorsed to add the City as an additional insured. Consultant shall be responsible for payment of all deductibles and self-insurance retentions on Consultant's Liability Insurance policies. 4) Schedule The work to be performed under this Agreement shall be commenced after City execution of this Agreement. The initial term of the contract shall be three (3) years with an option to renew the contract for two (2) additional two (2) year periods providing renewal acceptance by both parties for each two year renewal period. 5) Contract Sum The Contract Sum for the above work is Forty Thousand Dollars and no cents ($40,000.00) per annum, payable on a monthly basis at Three Thousand Three Hundred and Thirty-three dollars and thirty-three cents ($3,333-33), in accordance with the provisions contained in the proposal of the Consultant dated August 17, 2005. 6) Payments The City shall pay in full the Contract Sum to the Consultant upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Consultant for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. of Tamarac 7) Indemnification & Contracts Division 7.1. GENERAL INDEMNIFICATION: Consultant shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Consultant, any sub - Consultant, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub -consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. 7.2. Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 7.3. The Consultant shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 7.4. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Consultant under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8) Non -Discrimination & Equal Opportunity Employment Contractor agrees not to discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The successful Offeror will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The successful Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by 3 of Tamarac & Contracts Division the contracting officer setting forth the provisions of this nondiscrimination clause. The successful Offeror further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9) Independent Contractor Consultant is an independent contractor under this Agreement. Personal services provided by the Consultant shall be by employees of the Consultant and subject to supervision by the Consultant, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Consultant. 10) Assignment and Subcontracting Consultant shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONSULTANT L. Scott Ulin Emergency Medical Services, Inc. 1437 NW gth Street Dania Beach, FL 33004 12) Termination 12.1 Termination for Convenience: This Agreement may be terminated. by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Consultant shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the City of Tamarac 0 Purchasing & Contracts Division Consultant abandons this Agreement or causes it to be terminated, Consultant shall indemnify the city against loss pertaining to this termination. 12.2 Default by Consultant: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Consultant neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Consultant of written notice of such neglect or failure. 13) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 14) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 15) Signatory Authority The Consultant shall provide the City with copies of requisite documentation evidencing that the signatory for Consultant has the authority to enter into this Agreement. 16) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in anyjurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 17) Merger; Amendment This Agreement constitutes the entire Agreement between the Consultant and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Consultant and the City. 18) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to City of Tamarac 0 PurchaSing & Contracts Division assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONSULTANT, signing by and through its duly authorized to execute same. ATTEST: Marion Swenson, CIVIC --....,-City Clerk F_AV24*" CITY OF TAMARAC � ,, e- A4,f &: � �_ � �p6 Schreiber, Mayor to 11 A 0_< Date' /Jeffrey L. Miller,tity Manager j 011 [5 1 o-i,;' nmcm: F Emeqexq 14CC40t�,�C" �Ces I - Company Name __j_ rc I (CorporMe Secretary) Vignature of President/Owner L,06�6 Smit 0 A Type/Print Name of Corporate Secy. Type/Print Name of President/Owner 0,? os- (CORPORATE SEAL) Date City of Tarnar,)c Purchasing & Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF Tlorl ga- :SS COUNTY OF j!�(OL4jar- I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Q I % 111�� % huic- C'1^00 of L. 30A. W'i 4-6egemQ PtIml a Corporation, to me known to be the person(s) described in and .who executed the foregoing instrument and acknowledged before me that he/she executed the same, .*qA WITNESS my hand and official seal this , clay of &+.Mb-e-C , 200S— ir CAW =Lk JR. f4 Notary Pubue - State of Flodda .1 AVCMWMM8P%N0V20.2007 C0FnMMk610n#DD262875 BWd$d8yNa*mdNotarVAssn. State of Florida at Large 6 S AA4 Print, Type or*ftamp Name of Notary Public Personally known to me or F-1 Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath.